Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOLICITATION NOTICE

23 -- 24 FOOT COMMAND TRAILER

Notice Date
4/22/2021 2:44:40 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
EASTERN OKLAHOMA REGION MUSKOGEE OK 74402 USA
 
ZIP Code
74402
 
Solicitation Number
140A0821Q0011
 
Response Due
5/6/2021 10:00:00 AM
 
Archive Date
05/21/2021
 
Point of Contact
Impson, Katheryn, Phone: (918)781-4612, Fax: 303-969-6631
 
E-Mail Address
katheryn.impson@bia.gov
(katheryn.impson@bia.gov)
 
Small Business Set-Aside
ISBEE Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior)
 
Description
24 FOOT COMMAND TRAILER 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; proposals are being requested and a written solicitation will not be issued. Solicitation number 140A0821Q0011 is issued as a firm fixed price, commercial, request for quotation (RFQ). This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through the most recent Federal Acquisition Regulation amendments which can be found at http://www.acquisition.gov/far/index.html This solicitation is an Indian Small Business Economic Enterprise (ISBEE) set-aside. 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. As part of your quote, you must complete and return DIAR Clause 1452.280-4 (see below in clauses/provisions). The associated North American Industry Classification System code (NAICS) is 336212 � Truck Trailer Manufacturing, and the size standard is 1000 employees. The Bureau of Indian Affairs, Eastern Oklahoma Regional Office, intends to award a firm-fixed price contract for the following trailer: Pricing Schedule CLIN 010: 24 Ft. Command Trailer (see attached specs) Total Price $____________________________________ The delivery location is The Bureau of Indian Affairs, Eastern Oklahoma Regional Office, 3100 W. Peak Blvd, Muskogee, OK 74401, POC: Forrest Blackbear (918) 441-7833. Delivery will be during normal office hours, Monday-Friday, 8:00-4:30; 24 hour notice is required before delivery. PROVISION FAR 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS, applies to this acquisition. FAR 52.212-2 - EVALUATION - COMMERCIAL ITEMS (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 (LPTA) approach; the Government will award to the lowest priced offeror that is determined technically acceptable. The following factors shall be used to evaluate offers: Factor 1: Technical Capability Factor 2: Price Technical capability is equal to price. (b) Factor 1: Technical Capability 1. Technical capability of the item offered to meet the Government requirement shall be evaluated based on an evaluation of Technical Capability Factor; the factor will be rated as Technically Acceptable or Technically Unacceptable. 2. Offeror shall meet all the requirements in RFQ and submit documentation to verify. 3. Technically Acceptable is defined as the item offered to the Government that meets the minimum requirements of the solicitation. 4. Technically Unacceptable is defined as the item offered to the Government that does not meet the minimum requirements of the solicitation. (c) Factor 2: Price 1. Price will be evaluated in order to determine if it is reasonable in accordance with FAR Parts 13.106-3 and 15.402(a)(2). Offers should be sufficiently detailed to demonstrate their reasonableness. (d) AWARD PROCESS: 1. The Government will first evaluate all quotations to ensure the quotation complies with all material aspects of the request for quotation thereby being determined as either Responsive or Non-Responsive. 2. Responsive quotes will then be submitted for Technical Evaluation to determine those that are either Technically Acceptable or Technically Unacceptable. 3. Technically Acceptable quotations will be then ranked according to Price. 4. The lowest priced offeror who is technically acceptable will receive the award. FAR 52.212-3 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov . If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision. FAR 52.212-4 - CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEM All terms and conditions identified under this FAR Clause are applicable to this Request for Quotation. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS and FAR 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (DEVIATION), applies to this acquisition. The clauses cited within this clause as indicated below are applicable: 52.203-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-50, 52.223-3, 52.223-18, 52.225-1, 52.225-13, 52.232-33, 52.233-3, 52.233-4. FAR Clauses incorporated by reference: 52.204-7, 52.204-24, 52.204-25, 52.204-26, 52.211-6, 52.217-8, 52.223-3, 52.232-1, 52.232-17, 52.232-25, 52.232-39, 52.243-1, 52.244-6, 52.246-2, 52.246-16, 52.247-34, 52.249-1 and 52.249-8. DIAR Clauses Incorporated by Reference 1452.280-1 Notice of Indian small business economic enterprise set-aside. (JUL 2013) 1452.280-2 Notice of Indian economic enterprise set-aside. (JUL 2013) 1452.280-4 Indian Economic Enterprise Representation (JUL 2013) The offeror represents as part of its offer that it [ ] does [ ] does not meet the definition of Indian economic enterprise as defined in 1480.201. 1452.233-2 Service of Protest OMB MEMORANDUM M-11-32 Accelerating Payments to Small Businesses for Goods and Services this policy requires agencies to accelerate payment to small business prime contractors to the full extent permitted by law with the goal of making payment within 15 days of receipt of a proper invoice. In return, prime contractors are expected to accelerate payment to small business subcontractors when they receive accelerated payments from the Government. DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). Payment request- means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: copy of company invoice; must also be emailed to bobbi.crooch@bia.gov and Katheryn.impson@bia.gov. The Contractor must use the IPP website to register, access, and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Clause) Quote Submission Information: To be considered for award, vendors must quote on all items listed in the solicitation. Quote submissions must include the following: 1. Pricing schedule completed as listed in this document, include specifications (include DUNs number) 2. Completion of clause 1452.280-4 Notice of Indian Economic Enterprise Set-Aside as located within the Clauses section 3. Specifications list of the trailer being quoted. All questions shall be submitted via email to Katheryn Impson at Katheryn.impson@bia.gov. NO PHONES CALLS PLEASE. Quotes are due on Thursday, 06 May 2021 at 12:00 pm (CDT). Quotes may be sent via email to Katheryn.impson@bia.gov. Quotes shall be good for 30 calendar days after close of RFQ. *This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be ACTIVE at the time of award. Potential contractors must also have the NAICS code associated with this solicitation listed in their SAM profile.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bb128338feb94c4684cd33f37df699e2/view)
 
Record
SN05980574-F 20210424/210422230115 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.