SOLICITATION NOTICE
38 -- RECOVERY: AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA), MELTOR APPLICATOR
- Notice Date
- 4/20/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305
- ZIP Code
- 87305
- Solicitation Number
- RA000910111
- Response Due
- 4/23/2010
- Archive Date
- 4/20/2011
- Point of Contact
- Chris Fernandez Contract Specialist 5058638266 chris.fernandez@bia.gov;
- 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
- RECOVERY - This procurement will be firm-fixed price and is funded in whole by the American Recovery and Reinvestment Act (ARRA) of 2009 is subject to reporting requirements of the Act. TAS No. 149/02302. Project No. N347801K; N3678002. The Bureau of Indian Affairs (BIA) is soliciting offers to procure two (2) Meltor / Applicators. In compliance with the transparency and accountability requirements associated with the supplemental appropriations provided by the American Recovery and Re-Investment Act of 2009, Pub. Law 111-5, The Bureau of Indian Affairs, Navajo Regional Office, Division of Transportation, Force Account Section, Farmington, NM, is soliciting quotes for two (2) meltor applicators. *******************Special Recovery Reporting Requirements**********************The Contractor shall register and report all project information as listed in FAR PART 52.204-11, using the online reporting tool available at www.federalreporting.gov. Cumulative reporting to www.federalreporting.gov is required. Contractors must check this online site often for updates and monitor finalization of the interim rule published in the Federal Register at 74 FR 14639. Failure on the part of the Contractor to provide, maintain, and report the required reporting and special reporting information as required by FAR 52.204-11 to BIA Contracting Officer within specified days following award AND/OR report information to www.federalreporting.gov shall constitute a material breach of the contract upon which BIA may immediately terminate a resultant contract for cause. A fixed price contract with estimated quantities will be awarded. Receipt of award is contingent on contractor meeting the requirements of ARRA reporting. Contractor must be registered with both the Central Contractor Registration (CCR) at ccr.gov and Federal Reporting at www.federalreporting.gov websites in order to receive any ARRA funded award from the Federal Government. 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 No. RA000910111 herein cited is issued as a Request for Quote (RFQ) and will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. The solicitation is set-aside for small business. The associated North American Industrial Classification (NAICS) code for this procurement is 423830. Small Business Size Standard: 7mil. The Bureau of Indian Affairs is issuing this RFQ to procure Two (2) each Crafco EZ Series ll, 1000 Meltor Applicator. Include Warranty (2) each, Service Manual, Parts Manual, Operators Manual. Specification: EZ Series ll 1000 equipped with the following options: *- 2" Sealant Pump *- Two Part Epoxy Paint *- Corrosive Resistant Tank Jacket*- One Piece Frame Constructiona.Dimensions:195.25" L/91.25" W/81.00b.Shipping Weight:5,632 lbsc.Gross Weight:7,753 lbs. / 3,526 kg- approxd.Material Capacity:265 gal. /1000litere.Heat Transfer Oil:33.5 gal. /126.8 literf.Tank Construction:Double Boiler w / center columng.Tank Opening:14"x18" /355.6mmx457.2mmh.Loading Height:56.0 in, /143.5cm j.Diesel Fuel Capacity:30 gal / 113.5 literk.Hydraulic oil capacity: 24 gal//90.8 literl.Engine Standard:Three CYL Isuzi Model 3CBI 25.4 BHP@3000RPMm.Engine Option (w/compressor): Three CYL Isuzi Model 3CDII 33 BHP@3000RPM n.Axle Capacity:Dual 5200 lb./Torsionalo.Tires:ST255/75R15p.Air Compressor:(Optional)q.Surface Area - Material Tank: 7,406 Square Inch 47,780 sq cmr.Surface Area - Oil Tank: 7,676 square inch 49,522 sq cms.Ratio of Tank Surface Area:104.1t.Controls:Digitalu.Control Location:Rear Control Systemv.Hose Style:Standard or Electronicw.Wand Style:Standard or Electronicx.Hose Compartment:Yesy.Material Recirculation: Yes through shoe boxz.Boom:Sliding bearingaa.Burner Box:Removable from side Note: The item description/specifications shown on the RFQ have been taken from Crafco Inc., and are for identification purposes only. The items the vendor has to offer are to be the same as or equal to the item references. One (1) Meltor Applicator @ $____________X Two (2) Total = $________________________ CONTRACT 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, FAR 52.203-15 - Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009, FAR 52.204-11 - American Recovery and Reinvestment Act-Reporting Requirements. In paragraph (a) of FAR 52.212-5 the following applies: FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L.108-77, 108-78). 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 52.225-1 Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332); and FAR 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). 52.215-02, Audit and Record - Negotiation, American Recovery and Reinvestment Act of 2009; 52.222-3; FAR and DIAR clauses are herein incorporated as follows: FAR 52.232-18, Availability of Funds (April 1984); FAR 1452.204-70, Release of Claims - Department of the Interior; FAR 52.211-6, Brand Name or Equal; and DIAR 1452.210-70 Brand Name or Equal. The Federal Acquisition Regulations clauses and provisions are available on the Internet at: http://www.arnet.gov/far or may be requested from the Contracting Officer. Due to the urgency of the requirement, the response time for quotes due has been shortened. Signed and dated quotes, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, proof of CCR Registration, proof of registration in Federal Reporting at www.federalreporting.gov website, are due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Chris Fernandez, P. O. Box 1060, Gallup, New Mexico 87305 by close of business (4:30 p.m. local time), April 23, 2010. Physical address: 301 W. Hill Ave., Room No. 346, Gallup, NM 87301. Quotes submitted by facsimile and email will be accepted. Any further questions regarding this announcement may be directed to Chris Fernandez, Contract Specialist, at (505) 863-8266, by fax at (505) 863-8382 or by email at Christopher.Fernandez@bia.gov. Award will be made to the lowest priced offeror, whose quote conforming to the requirements herein, will be the most advantageous to the Government, and is considered fair and reasonable to the responsive and responsible offeror. All contractors submitting quotes must be registered in the Central Contractor Registration (CCR) in order to receive contracts and purchase orders 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RA000910111/listing.html)
- Place of Performance
- Address: BIA, Navajo Region, DOT, Force Account Section Farmington, NM 87401
- Zip Code: 87401
- Zip Code: 87401
- Record
- SN02126834-W 20100422/100420235024-1516399aaa17845094adb1ab540fcd75 (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 |