SOLICITATION NOTICE
26 -- Tire Recapping Services
- Notice Date
- 8/31/2006
- Notice Type
- Solicitation Notice
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- Bureau of Indian Affairs, Contracting and Acquisition Management, 316 North 26th Street, Room 4138, Billings, Montana 59101
- ZIP Code
- 59101
- Solicitation Number
- RFQ-RMC00060044-JWB
- Response Due
- 9/14/2006
- Archive Date
- 1/31/2007
- Small Business Set-Aside
- Total Small Business
- Description
- 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 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), Rocky Mountain Regional Office (RMRO) intends to award a firm fixed-price Blanket Purchase Agreement (BPA) in response to Request for Quotation (RFQ) RMC00060044-JWB for the recapping of various sizes of truck tires for the BIA-RMRO Roads/Construction Programs on various Indian Reservations in Montana and Wyoming. The project consists of recapping various tire sizes, ranging from 11R225 to 11R245 to 12R20 truck tires and equipment tires ranging from 14.00X24 up to 33.25X35 scraper tires. The BIA Roads Department(s) will provide all delivery and pick-up. The estimated project range for this quotation is between $25,000 and $100,000. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-11. The associated North American Industry Classification System code is 423830. PRICE SCHEDULE: Offers should be submitted in terms of unit prices for the following items: ITEM 01: Truck tires RTP tread 11R225 = $__________; ITEM 02: Truck tires 11R245 = $__________; ITEM 03: Truck tires 12R20 = $__________. ITEM 04: Off-Road tires 14.00x24 = $__________; ITEM 05: Off-Road tires 20.5x25 = $__________; ITEM 06: Off-Road tires 17.5x25 = $__________; ITEM 07: Off-Road tires 21L24 = $__________; ITEM 08: Off-Road tires 12.5x20 = $__________; ITEM 09: Off-Road tires 12x16.5 = $__________; ITEM 10: Off-Road tires 23.5x25 = $__________; ITEM 11: Off-Road tires 26.5x25 = $__________; ITEM 12: Off-Road tires 29.5x29 = $__________; ITEM 13: Off-Road tires 33.25x35 = $__________; ITEM 14: Off-Road tires 14x70x20 smooth = $__________; ITEM 15: Off-Road tires 11.00x20 smooth = $__________; ITEM 16: Off-Road tires 23.1R26 G2/L2 = $__________. BASE YEAR TOTAL AMOUNT: $__________. *Price structure for each successive option year will be negotiated at the start of each new option year. STATEMENT OF WORK/MAJOR DUTIES: Contractor to provide tire recapping services for various construction and heavy equipment vehicles. SUPERVISION: Works under the supervision of the Regional Equipment Specialist. Work is planned and conducted according to need under the guidance of the Regional Engineering / Construction program and is reviewed periodically for effectiveness and contribution to goals of the Program. PERFORMANCE PERIOD: The resultant contract shall be in effect from the time of award and be in effect for a base year with options to renew for four (4) additional years. Award shall run concurrently with the Federal Fiscal Year. The Government reserves the right to make a single or multiple awards based upon price and price related factors representing the Best Value to the Government. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. CONTRACTING OFFICER?S TECHNICAL REPRESENTATIVE (COTR): The COTR shall be responsible for: (1) Monitoring the Contractors technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to the BIA-RMRO Accounting Department, James F. Battin Federal Building in Billings, Montana. The Contractor agrees to include the following information on each invoice: (1) Contractors name, address; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Dates of Service including the number of hours worked; and (6) Remit to address. Payment shall be made by the BIA-RMRO Accounting Branch, 316 North 26th Street, Billings, Montana 59101. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference; 52.216-27 Single or Multiple Awards. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (JAN 2004): (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 on the basis of price and other factors representing the best value to the government. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. The following FAR clauses are applicable: 52.204-4, 52.204-7, 52.204-8, 52.212-4, 52.212-5, 52.215-5, 52.216-27, 52.217-8, 52.217-9, 52.219-6, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.229-3, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.245-1 and 52.245-2. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR provisions and clauses. The provisions and clauses may also be accessed electronically at http://www.acquisition.gov/comp/far. *CONTRACTORS INTENDING TO CONDUCT BUSINESS WITH THE FEDERAL GOVERNMENT MUST REGISTER WITH THE DEPARTMENT OF DEFENSE (DoD) CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE. THE CCR IS THE PRIMARY GOVERNMENT REPOSITORY, WHICH RETAINS INFORMATION ON GOVERNMENT CONTRACTORS. YOU MAY REGISTER VIA THE INTERNET AT HTTP://WWW.CCR.GOV OR BY CALLING (888) 227-2423. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall provide evidence of, or submit a written response to, the technical evaluation factors in FAR 52.212-2. In addition, the Contractor shall submit a completed copy of FAR 52.212-3 with its offer. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the BIA Rocky Mountain Region, Contracting and Acquisition Management, 316 North 26th Street, Room 4130, Billings, Montana 59101, no later than 1:00 p.m., on September 13, 2006. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company?s name and address. Quotations may also be accepted by fax at (406) 247-7908.
- Place of Performance
- Address: N/A
- Zip Code: N/A
- Country: United States
- Zip Code: N/A
- Record
- SN01131708-W 20060902/060831221728 (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 |