Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2010 FBO #3004
SOLICITATION NOTICE

25 -- Cargo Tool Boxes

Notice Date
2/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - National Interagency Fire Center 3833 S. Development Avenue Boise ID 83705
 
ZIP Code
83705
 
Solicitation Number
RMK00100031
 
Response Due
2/25/2010
 
Archive Date
2/12/2011
 
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
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. Solicitation number RMK00100031 is issued as a Request for Quote (RFQ). This acquisition is 100% set aside for small business; the North American Industry Classification System (NAICS) code is 332439, size standard 500 employees. The Bureau of Indian Affairs has a requirement for cargo tool boxes. The tool boxes 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. The cargo tool boxes are used on the Model 52 unit to provide an organized and accessible storage of specialized tools and equipment necessary for wildland fire operations and for engine operations. These boxes are accessible to the firefighter standing on ground and make supplies available for quick use. They are designed to fit lower profile of vehicle and also help maintain a low center of gravity. INSTRUCTION TO OFFERORS: Offeror shall submit the following: a. Submit your quote for the Contract Line Item Numbers (CLINS), below. Quotes must include unit price and total cost. Note: Unit price must include shipping costs. QUOTE: CLIN 0001 Cargo Tool Box Specifications - Right (No remanufactured products):Dimensions: 84" L, 24"H and 24" D 14 ga.Shelves, formed galv. 16 ga. Shelf strips, 2" between shelves, keeper door chain3 doors, 2 compartments, front side vertically hinged with 2 doors overlapping, opposing each other.Latch assembly "T" handle, recessed left and right, same lock for allDrip guard and weather strippingPowdercoat black finish/no exceptions.Quantity: 14 Unit: EachUnit Price: $__________Total: $______________ CLIN 0002Cargo Tool Box Specifications - Left (No remanufactured products):Dimensions: 84" L, 24" H and 24" D 14 ga.Shelves, formed galv. 16 ga. Shelf strips, 2" between shelves, keeper door chain3 doors, 2 compartments, front side vertically hinged with 2 doors overlapping, opposing each otherLatch assembly "T" handle, recessed left and right, same lock for allDrip guard and weather strippingPowdercoat black finish/no exceptionsNo remanufactured products.Quantity: 14Unit: EachUnit Price: $__________Total: $______________ DELIVERY REQUIREMENTS: Delivery shall be Freight-On-Board (FOB) Destination to the Bureau of Indian Affairs, MTDC Building/BIA Model 52 Wildland Engine Program, Northwest Center, 5785 Highway 10 West, Missoula, Montana 59808. Delivery times for the location, above, shall be between 8:00 a.m. to 5:00 p.m. Monday through Friday. If delivery is after 5:00 p.m. arrangements must be made with the BIA Model 52 Wildland Engine Program. Delivery will be required no later than April 30, 2010 b. All Amendments (SF 30) of solicitation will be signed by an individual with the authority to bind their respective company. Amendments will be posted to the FedBizOps website. To receive any applicable amendments, offerors must download them from www.fbo.gov. c. Complete descriptive literature for the items proposed. The items shall follow or be equal to the salient characteristics listed on the 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. d. Past Performance. Provide recent & relevant contracts for the same or similar items, contract numbers, points of contacts with telephone numbers and other relevant information. Offers submitted by facsimile and email will be accepted only. Quotes shall be submitted in writing on company letterhead and must include the solicitation number RMK00100031, the company name, point of contact, address, phone number, fax number, DUNS number, and all information required. Quotes will be submitted in writing and signed by an individual with the authority to bind their respective company. Due to the urgency of the requirement, the due date for receipt of quotes is February 25, 4:00 PM Local Time (MST). You may fax your quote with a cover sheet to (208) 433-6543 or e-mail Michelle Cruz Salum at Michelle_Cruz_Salum@nifc.gov. Please reference solicitation number RMK00100031 in the subject line of email and quote. Quotes not received by the due date and time will not be considered. 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 for 30 days to be considered. No partial bids will be accepted. Questions regarding this requirement may be emailed only. No telephone inquiries will be accepted. Questions regarding this announcement may be directed to Michelle Cruz Salum. Questions must be submitted before 18 February, 4:30 p.m. (MST) to reasonably expect a response from the Government. Those questions not received within the prescribed date and time will not be considered. Responders shall reference solicitation number RMK00100031 in the subject line of their e-mail. All contractors submitting offers must be registered in the Central Contractor Registration (CCR) in order to receive an award from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the CCR, go to: http://www.ccr.gov. Contractors are required to be registered with the Central Contractor Registration (CCR) and the Online Representations and Certifications Application (ORCA). Interested vendors who are already registered in the Online Representation and Certifications Application (ORCA) website (https://orca.bpn.gov) may not need to re-accomplish FAR 52.212-3, but MUST identify their ORCA registration in the quote. Award will be a single award all or none basis and will be made at a fair and reasonable price to the responsive and responsible offeror whose offer conforming to the requirements herein will be the most advantageous to the Government considering capability of the item to meet the requirement, past performance, price and delivery. The Government contemplates award of a firm fixed price contract. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be acceptable, and therefore will not be considered. CONTRACT CLAUSES: The following clauses apply to this acquisition: 52.212-1, Instructions to Offerors Commercial Items; 52.212-3, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.225-1, Buy American Act-Supplies (June 2003);52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.232-36, Payment by Third Party (May 1999);52.229-3, Federal, State, and Local Taxes (April 2003); and52.232-18, Availability of Funds (April 1984). 52.222-41, Brand Name or EqualThe following Department of Interior provisions and clauses apply to this solicitation:DIAR 1452-70, Release of Claims - Department of the Interior.1452.210-70, Brand Name or Equal - Department of the Interior. 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/RMK00100031/listing.html)
 
Place of Performance
Address: Delivery shall be Freight-On-Board (FOB) Destination to the Bureau of Indian Affairs, MTDC Building / BIA Model 52 Wildland Engine Program, Northwest Center, 5785 Highway 10 West, Missoula, MT 59808.
Zip Code: 59808
 
Record
SN02064653-W 20100214/100212234639-e14644835fcdd5639e419eb70ca32346 (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.