Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2009 FBO #2850
SOLICITATION NOTICE

25 -- Model 52 WIldland Fire Engine packages for the refurbishment projects - 300 and 750 gallon Black Polypropylene water tanks

Notice Date
9/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - National Interagency Fire Center 3833 S. Development Avenue Boise ID 83705
 
ZIP Code
83705
 
Solicitation Number
S9K00441642
 
Response Due
9/18/2009
 
Archive Date
9/11/2010
 
Point of Contact
Michelle Cruz-Salum Acquisition Management 2083875566 ;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
Model 52 WIldland Fire Engine packages for the refurbishment projects. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and is issued as a Request for Quotation (RFQ) S9K00441642. This is a 100% Small Business Set Aside. The North American Industry Classification System (NAICS) code 332420 applies to this solicitation and the size standard is 500 employees. This is a Simplified Acquisition requirement. The estimated procurement range is under $100,000.00. The Bureau of Indian Affairs has a requirement for 300 and 750 gallon Black Polypropylene water tanks for the Bureau of Indian Affairs, Model 52 Wildland Engine Program, Missoula, MT. The tanks will be used for the Model 52 WIldland Fire Engine packages for the refurbishment projects. These parts are standard equipment in the construction of the light engine wildland fire apparatus. Water tanks shall be provided with baffles for dynamic water control in compliance with National Fire Protection Association (NFPA) 1906.11 Standard for Automotive Fire Apparatus. This standard defines the requirements under emergency conditions. The water tanks shall have a means of access for the purpose of cleaning and repair; and each tank will have a minimum of an 8 gallon foam cell located internally on the top right side of tank. The water tanks, which will hold gray water, are constructed of black polypropylene plastic which provides a safer and easier way to maintain water supply. It is easier to repair with less harm on the environment and personnel. Polypropylene is ideal for high volume remote watering, initial attack, brush truck fire fighting systems in forestry and rural fire environments due to its light weight. A unique feature of polypropylene is the quick repair and durability to withstand the harsh corrosive elements commonly found in wildland fire fighting. Water container capacity on this order is 300/750 gallons. These tanks are considered a lower profile which helps reduce vehicle center gravity helping to make a more stable operating system for the firefighter The item descriptions are as follows: CLIN 0001 Quantity and Unit of Measure is two (2) each. 750 gallons water tank specifications:47" wide (overall)39 1/16" high (estimated overall height)117" long (overall)?" Base99"x ?" added to the base front and back46" x ?" added to base on both sides for hold down boltsThe top will have two access panels with flush mounting bolts Site glass for water & foaming agent32" long site glass for water4" wide3" in from left edge of tank and 3" from bottom of base of tank13" long site glass for Foaming agent4" wide3" from right edge8 gallon tank with threaded access port on side CLIN 0002 Quantity and Unit of Measure is sixteen (16) each. 300 gallons water tank specifications:44 3/4" wide (base)27 1/2" high (overall)71" long (base)?" Base46" x ?" added to base front and back67" long (tank)44" wide (tank)A flush mounting system with three access panels on top and two fill towers. Site glass for water tank to judge the amount of water in tank.a. 12" highb. 4" widec. 4" in from left edge and showing ? to 1/2 onlyTank size for foaming agentd. 8 gallons e. threaded access for foaming agentf. removable top for access Delivery: Delivery shall be Freight-On-Board (FOB) to the Bureau of Indian Affairs, Aerial Fire Depot/BIA Model 52 Wildland Engine Program, Northwest Center, 5765 W. Broadway, Missoula, Montana 59808. The following clauses and provisions apply to this acquisition: Contractors must be actively registered in the Central Contractor Registration (CCR) to be eligible for award. Register at www.ccr.gov. The vendor must be ORCA certified at https://orca.bpn.gov/. Award will be made to the lowest offeror whose tanks and installation time meets the Governments minimum needs. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items, and 52.212-3 Offeror Representations and Certifications Commercial Items applies to this acquisition. Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items applies to this acquisition. Clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items applies to this acquisition to include the following FAR clauses: 52.219-6 Notice of Total Small Business Set Aside, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-39 Notification of Employees Rights Concerning Payment of Union Dues or Fees, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, 52.233-3 Protest After Award, and 52.233-4 Applicable Law for Breach of Contract Claim. INSTRUCTION TO OFFERORS: Offeror shall submit the following:a. Solicitation/Contract/Order for Commercial Items (SF 1449) and all Amendments (SF 30) of solicitation signed by a corporate officer authorized to negotiate for the company. Provide an original.b. Contract Line Item Numbers (CLINS) unit price, total cost and aggregate total. c. Complete descriptive literature for the items proposed. CLOSING DATE FOR RECEIPT OF QUOTATIONS: Quote due date is September 18, 2009 at 4:30 p.m. MST. Solicitation packages are to be e-mailed to Michelle_Cruz_Salum@nifc.gov. Quotes not received by the due date and time will not be considered. Please reference solicitation number S9K00441642 in the subject line of email and quote. 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:Capability of the item to meet the requirement, past performance and price. Technical capability and past performance, when combined, are approximately equal to price. Award will be a single award all or none basis. Any contract resulting from this solicitation will be firm-fixed price. It is estimated that award will be made on or before September 30, 2009. Prior to Award of a contract, vendors must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov. QUESTIONS: Please direct any technical or contractual questions regarding this solicitation to Michelle_Cruz_Salum@nifc.gov. If you are submitting any other drawings or specifications, for review, please submit a copy to both the Contracting Officer. Proposed responders must submit any questions in writing via email before 15 September 2009, 4:30 p.m. to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered. Responders shall reference solicitation number in the subject line of email. NOTICE TO OFFERORS: The Government shall not be liable for any fees or expenses that are incurred or associated with the preparation of your quotation. Quotes submitted in response to this solicitation must remain valid until 30 Sep 2009 to be considered. No partial bids will be accepted. New equipment ONLY, NO remanufactured products. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/S9K00441642/listing.html)
 
Place of Performance
Address: Delivery shall be Freight-On-Board (FOB) to the Bureau of Indian Affairs, Aerial Fire Depot/BIA Model 52 Wildland Engine Program, Northwest Center, 5765 W. Broadway, Missoula, Montana 59808.
Zip Code: 59808
 
Record
SN01951443-W 20090913/090912001908-f8b92db6c37da44b4adb3dc419cf0119 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.