SOLICITATION NOTICE
28 -- Fire Pumps
- Notice Date
- 4/29/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423850
— Service Establishment Equipment and Supplies Merchant Wholesalers
- Contracting Office
- BIA RMRO 000042021 4tTH AVENUE NORTHContracting OfficeDOI BuildingBILLINGSMT59101-1461US
- ZIP Code
- 00000
- Solicitation Number
- A14PS00329
- Response Due
- 5/14/2014
- Archive Date
- 6/13/2014
- Point of Contact
- Michelle Cruzsalum
- Small Business Set-Aside
- Total Small Business
- Description
- BB-4, PORTABLE 4-STAGE HIGH PRESSURE FIRE PUMPS Solicitation Number: A14PS00329 - Request for Quotation (RFQ) Notice Type: Combined Synopsis/Solicitation Classification Code: 28-Engines, Turbines and Components NAICS: 423850 Type of Set-Aside: 100% Small Business Small Business Size Standard: 100 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and written solicitation will not be issued. Interested parties are responsible for monitoring the FedConnect and Federal Business Opportunities websites to ensure that they have the most up-to-date information about this acquisition and comply with the instructions provided. Vendors shall follow the instructions of the solicitation or will be considered non-responsive. The Bureau of Indian Affairs, National Interagency Fire Center intends to purchase BB-4 Port 4 Stage Pumps. The contractor shall furnish all materials, and transportation. The BB-4 Portable 4 Stage High Pressure Fire Pumps will be utilized on the build of Model 52 Pump Packages for vehicles identified for replacement in FY2014. These engines are utilized in the suppression of wildland fire on trust lands. - Item Number: 00010 - Description: BB-4 PORT 4 STAGE PUMP (See attachment 1 for specifications) - Quantity: 6 each -New Equipment ONLY; No remanufactured or "gray market" items. -All items must be covered by the manufacturer's warranty. -Brand Name or Equal Delivery: -Delivery Date: 07/31/2014. Buyer requires seller to deliver on or before delivery date. -Delivery Address and times: Bureau of Indian Affairs, Model 52 Wildland Engine Program, Attention: Chester Gladstone, 5785 Highway 10 West MISSOULA, MT 59808. Delivery times for all items shall be between 8:00 a.m. to 4:00 p.m. Monday through Friday. If delivery is after 4:00 p.m. arrangements must be made with the BIA Model 52 Wildland Engine Program. -(FOB) destination: Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. -Prices quoted for the line item(s) shall be firm fixed price inclusive of all costs. Shipping costs not included in your quote will not be honored after award. Invoicing: Invoices will be required to be submitted through www.IPP.Gov (see clause for additional details). Evaluation: The provision "52.212-2, Evaluation-Commercial Items (JAN 1999)", applies to this acquisition. a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: i) Technical capability (where technical capability includes the degree to which the proposed product conforms to the specifications contained in the requirements, the capability of the proposed product to meet stated needs, and quality factors such as overall strength, and quality of materials); The objective is for the contractor to have the ability to deliver the required items, including the ability to manufacture and deliver the required items in a timely manner (capacity) and the quality control system used during the manufacturing process (QA/QC) and manufacture to specifications with new equipment products. ii) Price. iii) Standard Commercial Warranty. Warranty information shall be provided by the vendor, if any. Technical capability and warranty, when combined, is significantly less important than cost or price. Type of Contract: Firm Fixed Price contract. RFQ Submission Instructions: The contractor shall comply with the following instructions for preparing the Request for Quote (RFQ). Failure to comply with the terms and conditions stated herein may be interpreted by the Government as a non-responsive quote and eliminated from competition. - Type of Transmission: Only offers submitted by e-mail or facsimile will be accepted. Offerors shall submit only one (1) quote and shall select one (1) type of transmission. Do not submit quotes via FedConnect or Federal Business Opportunities websites. - Email: Michelle.CruzSalum@bia.gov. Offeror shall include the solicitation number in the subject line of the e-mail. Facsimile quotes will be accepted at (208) 433-6416 with company cover letter to include the number of pages faxed, and the solicitation number. - Date/Time: Regardless of the quote delivery method, quotes must be dated and received no later than 05/14/2014, 1200 MS. RFQ Late Submissions: Quotes received after the exact time specified for receipt of quotes WILL NOT be considered. It is the contractor's responsibility to verify that their submission was received by the Contracting Office by the due date and time specified. RFQ Information Requirements: The contractor shall submit the following information as part of their quote, along with any inherent information that applies to this RFQ. Quotes submitted in response to this solicitation must remain valid for 30 days after closing date of this solicitation. Award will be a single award all or none basis. No partial bids will be accepted, and therefore will not be considered. All quotes and amendments, if any, shall be signed by an individual with the authority to bind their respective company. -DUNS Number -Price: Quote shall include quantity, unit, unit price, total cost of all the Contract Line Item Numbers (CLINS) and any prompt payment discount terms. -Amendments: Answers to any questions may be posted as an amendment to the solicitation. Potential offerors are hereby notified that subsequent amendments to the solicitation and related future information will be distributed solely through the website. This office will not issue hard (paper) copies of the solicitation or amendments. The offeror shall be responsible for downloading and submitting the amendments with their package. -Brand Name or Equal: If applicable, offers must also meet the requirements of FAR 52.211-6 Brand Name or Equal. The Buyer is allowing Sellers to submit bids for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Vendors proposing OR Equal Items MUST submit product literature (brochures, documentation, etc.) detailing the effectiveness and comparability of the OR Equal item(s) being offered to the items being acquired in this solicitation. Sellers MUST enter exactly what they are bidding (including make, model and description). The Buyer will evaluate equal items on the basis of information furnished by the Seller or identified in the bid and reasonably available to the Buyer. The Buyer is not responsible for locating or obtaining any information not identified in the Bid. Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. -Any other information that applies to this RFQ. -All contractors must be registered in www.SAM.Gov to be eligible for award and maintain an active and favorable registration for the life of the contract. Offeror should also ensure their Online Representations and Certifications Application (ORCA) are completed in SAM. (a) By submitting a quote, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. (b) The Government shall not be liable for any fees or expenses that are incurred or associated with the preparation of your quotation. (c) The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. RFQ Questions: Questions regarding this requirement may be emailed only. No telephone inquiries will be honored or accepted. Questions regarding this announcement may be directed to Michelle.CruzSalum@bia.gov. All email requests shall include the solicitation number in the subject line. Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. If the contractor does not understand any portion of the solicitation, the contractor should submit questions, prior to solicitation closing. Questions not received within a reasonable time prior to close of the solicitation may not be considered. Provisions/Clauses Information: -This solicitation incorporates one or more solicitation provisions/clauses by reference with the same force and effect as if they were given in full text. Upon request, the CO will make their full text available. -The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-72. -52.212-1 Instructions to Offerors - Commercial Items. (FEB 2012); -52.212-4 Contract Terms and Conditions - Commercial Items. (JUN 2013); -52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (JAN 2014); -52.219-6, Notice of Total Small Business Set-Aside (NOV 2011); -52.222-3 Convict Labor (June 2003); -52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014); -52.222-21 Prohibition of Segregated Facilities (Feb 1999); -52.222-26 Equal Opportunity (Mar 2007); -52.222-35, Equal Opportunity for Veterans (SEP 2010); -52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); -52.222-37, Employment Reports on Veterans (SEP 2010); -52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); -52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); -52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (NOV 2012); -52.232-33, Payment by Electronic Funds Transfer - System for Award Management (JUL 2013); -52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (DEC 2012); -52.212-3 Offeror Representations and Certifications-Commercial Items. (NOV 2013); -52.211-6 Brand Name or Equal. (AUG 1999); -52.214-21 Descriptive Literature. (APR 2002); -52.215-5 Facsimile Proposals. (OCT 1997); -52.252-1 Solicitation Provisions Incorporated by Reference. (FEB 1998); -52.252-2 Clauses Incorporated by Reference. (FEB 1998); -Department of Interior provisions - DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP) (April 2013)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A14PS00329/listing.html)
- Record
- SN03350998-W 20140501/140429234242-a51dc158f61e2a25199d3bf2a7ddffd1 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |