Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2016 FBO #5357
MODIFICATION

J -- ENGINE REBUILD

Notice Date
7/22/2016
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
BIA NAVAJO 00009 301 WEST HILL ROOM 346 Contracting Office Gallup NM 87301 US
 
ZIP Code
00000
 
Solicitation Number
A16PS00948
 
Response Due
7/27/2016
 
Archive Date
8/11/2016
 
Point of Contact
Hermanyhorses, Raelynn
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
THIS SOLICITATION IS A 100% SET-ASIDE FOR INDIAN SMALLBUSINESS ECONOMIC ENTERPRISES IN ACCORDANCE WITH THE BUY INDIAN ACT (25 USC 47). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, and FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Bureau of Indian Affairs (BIA), Navajo Regional Office intends to award a firm-fixed price commercial item contract in response to this Request for Quotation (RFQ) for engine rebuild on Caterpillar Motor grader. This is a Buy-Indian Set-Aside. Please refer to the Buy Indian Act Clauses and Provisions as contained in this solicitation for details concerning Buy Indian Set-Asides. The solicitation documents & incorporated provisions & clauses are those in effect through Federal Acquisition Circular FAC 05-88-1 ¿ June 15, 2016. The associated North American Industry Classification System code is 811310 Commercial and Industry Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a small business standard of $7.5 million. PRICE SCHEDULE: PROPANE PURCHASE AND DELIVERY: the quoted pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state, local and tribal taxes) plus all other costs pertinent to the performance of this contract. Please complete the following pricing schedule utilizing your most competitive and reasonable rate: 1.Engine rebuild on Caterpillar Motor grader 12G SN 0061M14783 PN N00300468. Complete Engine rebuild Caterpillar Motor grader $__________________ One Job PURPOSE OF THE CONTRACT: Completely engine rebuild on Caterpillar Motor grader for the Bureau of Indian Affairs, Navajo Region, Eastern Agency, DOT. DESCRIPTION OF WORK: Completely rebuild ¿second life ¿ on a 12G motor grader. Engine will be rebuilt to manufacturer spec 100% car OEM internal parts. Transmission will be rebuilt to spec 100% cat OEM Internal Parts. 100% cat OEM Internal Parts. Radiator will be removed and rebuilt. Differential will be rebuilt with 100% OEM bearings and gears will be reused if they can be, if not they can be replaced. Tandems will have new chains and brakes will be rebuilt as well. Machine will be spilt and bores checked and line bored if needed. New bearings and pins and grease seals will be installed. All hoses will be replaced with new. Pumps and values will be rebuilt or resealed. All cylinders will be resealed and rebuilt. Cal will have new glass and electrical harnesses installed. New operator seat will be installed. New lights updated to LED ¿s installed as per customers request. Frames will be sandblasted and inspected for any cracks. Cracks will be repaired if needed and painted customers paint scheme. Front axle will be completely rebuilt and new pins bushing/bearings installed. Circle will be complete rebuilt and segments installed in needed. Mold board will be repaired and reschimed and new edges will be installed. Machine will test ran for any leaks and washes. Sand blasted and painted to the customer paint scheme. Machine will come with a full six months warranty and extended powertrain warranty (engine and transmission only) plan for one year or 2000 hours Customer will have full access to the machine during the process to inspect parts and job progress. Transportation of machine will be at the customer responsibility. If transportation is needed by contractor, that will be billed separately. PERIOD OF PERFORMANCE: The period of performance is from date of award through September 30, 2016. INVOICE SUBMISSION AND PAYMENT: The Contractor shall comply with the DOI clause entitled ¿Electronic Invoicing and Payment Requirements ¿ Invoice Processing Platform (IPP) (April 2013) ¿ located in the Provisions and Clauses section of this solicitation. TRIBAL TAXES, REQUIREMENTS AND/OR RESTRICTIONS: (a) Special attention is called to FAR Clause 52.236-7, Permits and Responsibilities and FAR Clause 52.229-3, Federal, State and Local Taxes. Quoters are responsible for contacting the tax authorities and tribe or tribal organization involved with regard to any requirements regarding state taxes, tribal taxes, royalties and/or other applicable tribal laws or ordinances. Any costs associated with this section shall be included in the contractor ¿s quote. (b) Contractor is responsible for contacting the Office of the Tribal Tax commission and the Office of Tribal Labor relations for tribal taxes and Indian Preference employment information and the current state tax rate. SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION: All quoters must have a DUNS number (http://fedgov.dnb.com/webform/), be registered and active in the System for Award Management at https://www.sam.gov, and have completed their SAM Representations and Certifications online in order to be eligible for award of the contemplated purchase order. Please include your active DUNS number with your quote. QUOTE SUBMISSION INFORMATION: To be considered for award, vendors must quote on all items/services listed in the solicitation. Quote submissions must include the following items: 1.Sections 17a, 23, 24, 30a, 30b, and 30c completed per the attached SF 1449 document (include DUNS number). 2.Pricing schedule completed as included on the first page of this RFQ document. 3.Completion of Provision #1452.280-2 Notice of Indian Economic Enterprise Set-Aside. 4.Completion of Provision # 1452.280-4 Indian Economic Enterprise Representation 5.Acknowledgment of any and all amendments by completion of Sections 8, 15a, 15b, and 15c on SF 30 amendment documents. QUOTES FOR THE ABOVE SHALL BE E-MAILED DIRECTLY TO: Raelynn Her Many Horses, Supervisor Contract Specialist at raelynn.hermanyhorses@bia.gov. Quotes must be received by 5:00 pm Mountain Time on Monday July 25, 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A16PS00948/listing.html)
 
Record
SN04193393-W 20160724/160722234808-6d9d9fae9e250c9f9f3ff54754f5666d (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.