SOLICITATION NOTICE
42 -- 150 GALLON SKID UNIT
- Notice Date
- 2/11/2020 11:38:04 AM
- Notice Type
- Solicitation
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- MID-WEST REGION BLOOMINGTON MN 55437 USA
- ZIP Code
- 55437
- Solicitation Number
- 140A0620Q0002
- Response Due
- 2/28/2020 8:59:59 PM
- Archive Date
- 03/14/2020
- Point of Contact
- Littlechief, Jocelyn
- E-Mail Address
-
Jocelyn.LittleChief@bia.gov
(Jocelyn.LittleChief@bia.gov)
- Small Business Set-Aside
- ISBEE Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior)
- Awardee
- null
- Description
- 150 GALLON SKID UNIT 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 a written solicitation will not be issued. This procurement is being set aside 100% for Indian Small Economic Enterprises (ISEE) in accordance with the Buy Indian Act Regulations. The Solicitation No. is 140A0620Q0002 and is a request for quotes. The Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-02D and 03D through December 23, 2019. The Bureau of Indian Affairs, Midwest Regional Office (BIA, MWRO) has a requirement for a skid unit. The skid unit is mounted to the truck-bed and the vehicle that this skid unit is specified for is the Regional Fuels Truck (2019 Ford F-250, I-455942). The skid unit must meet the minimum gallon and pumping capacity to meet National Wildfire Coordinating Group (NWCG) specifications for a Type 7 Engine. Typically, these skid units are installed with the necessary pump and tank capacity to meet the Type 7 Fire Engine specifications. The Regional Fuels Truck has a standard bed size, but it also has a mounted tool box installed so there may be some customization necessary with how the skid unit fits into the truck-bed. Configurations that can accommodate different ways to orientate the skid unit tank, pump/engine assembly, and the booster real would be ideal. Also, it is very important to make sure that the wet weight of skid unit does not exceed the vehicle's cargo capacity limit. The cargo capacity is the combined weight of the truck's occupants and cargo and the limit for the Regional Fuels Truck is 3,271 lbs. The wet weight (full with tank water, fuel, oil, etc) of the skid unit should not exceed 2,250 lbs. Specifications for a Type 7 (reference he Wildland Fire Incident Management Field Guide (PMS 210), Chapter 4). Tank Minimum Capacity gal 50 Pump Minimum Flow GPM 10 @ Rated Pressure PSI 100 HOSE 1"" 200 Pump and Roll - Yes Maximum GVWR LBS 14,000 The North American Industrial Classification System (NAICS) code is 333999, with a small business size standard of 500 employees. Contractor is required to be registered in SAM with the NAICS Code cited above prior to bid opening. Delivery Vendor must notify the point of contact to confirm delivery date and time, Monday through Friday between the hours of 8:00 am and 4:30 pm and closed on Federal Holidays and weekends. Unscheduled deliveries will not be accepted. Point of Contact for delivery will be Shawn Kelley, Fire Operations Specialist, at (612) 725-4565. Expected date of delivery shall be stated on the quote. Delivery location is BIA, MWRO, 5600 American Blvd, W., Suite 500, Bloomington, MN 55437-1458. Contact Info Contracting Officer: Jocelyn LittleChief; phone (405) 247-1527, fax (405) 247-2242. Email: jocelyn.littlechief@bia.gov. Instructions, Conditions, and Notices to Offerors: Quotes can be submitted via mail or email. All quotes are due February 28, 2020, 3:00pm Central Standard Time and should include the following: 1. SF-1449 2. Equipment specifications 3. DIAP 1452.280-4; Certification that you meet the definition of a Small Indian Economic Enterprise. All contractors submitting quotes must be registered in the SAM at www.sam.gov at the time quotes are due. To register or learn more about SAM, go to http://www.sam.gov. Attachments 1. ISBEE Certification Form FAR Clauses The following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (b) of FAR 52.212-5(b), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.225-1 Buy American Act-Supplies; FAR 52.232-33, Payment by Electronic Funds, 52.232-99, Providing Accelerated Payment to Small Business Subcontractors. 52.212-2 Evaluation - Commercial Items. (JAN 1999) (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. Award will be made using a Lowest Price Technically Acceptable (LTPA) approach; the Government will award to the lowest priced offeror that is determined to meet or exceed the specifications. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) DOI Regulations - DIAR Clauses (DIAR) 1452.204-70 Release of Claims; (DIAR) 1452.226-70 Indian Preference; (DIAR) 1452.226-71 Indian Preference Program. (DIAR) 1452.228-70 Liability Insurance, Department of the Interior (JUL 1996), (DIAR) 1452.280-4 Indian Economic Enterprise Representation (JUL 2013), DOI ELECTRONIC INVOICING-Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011) 1452.280-1 NOTICE OF INDIAN SMALL BUSINESS ECONOMIC ENTERPRISE SET-ASIDE (JUL 2013) Under the Buy Indian Act, 25 U.S.C. 47, offers are solicited only from Indian economic enterprises (Subpart 1480.8) that are also small business concerns. Any acquisition resulting from this solicitation will be from such a concern. Offers received from enterprises that are not both Indian economic enterprises and small business concerns will not be considered and will be rejected. (End of provision) The Federal Acquisition Regulation clauses and provisions are available on the internet at: http://www.acqusition.gov or may be requested from the Contracting Officer.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e2bc6cc79725426eb6bd63b7fa195998/view)
- Record
- SN05558496-F 20200213/200211230157 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |