SOLICITATION NOTICE
25 -- Model 52 Wildland Fire Engine - Black Copolymer Polypropylene (BCPP) 300 and 750 Gallon Tanks
- Notice Date
- 8/1/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- BIA - National Interagency Fire Center 3833 S. Development Avenue Boise ID 83705
- ZIP Code
- 83705
- Solicitation Number
- A11PS00241
- Response Due
- 8/19/2011
- Archive Date
- 7/31/2012
- 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
- Model 52 Wildland Fire Engine packages for the refurbishment projects - Black Copolymer Polypropylene (BCPP) 300 and 750 Gallon Tanks Solicitation number A11PS00241 is issued as a Request for Quote (RFQ). 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. Interested parties are responsible for monitoring this website to ensure that they have the most up-to-date information about this acquisition and comply with the instructions on the solicitation. Vendors shall not submit their offer through the National Business Center (NBC) IDEAS-EC website but shall follow the instructions of the solicitation. Vendors shall click on the Additional Info link, below, for additional details and a complete copy of the specifications. This acquisition is 100% set aside for small business; the North American Industry Classification System (NAICS) code is 326199 and the small business size standard is 500 employees or less. The National Interagency Fire Center, Bureau of Indian Affairs (BIA) has a requirement to procure Black Copolymer Polypropylene (BCPP) 300 Gallon Tanks and a 750 Gallon Tank. The requested items will be used to refurbish Model 52 Wildland Fire Engines. The Model 52 Wildland Fire Engine is used to extinguish forest and range fires for the Bureau of Indian Affairs. The BIA Wildland Fire Engines have to be inspected and rebuilt every 5 to 6 years because of hard use. Fire fighter safety or the end user of the Model 52 Wildland Fire Engine is a primary concern of the BIA NIFC Model52 Wildland Engine Programs. Requested items will be used to retrofit Wildland Fire Apparatus for the Bureau of Indian Affairs. A process whereby an older fire package is completely overhauled, rebuilt, or installed with new or modified parts or equipment not available or considered necessary at the time of manufacture to meet a specification standard. Special maintenance performed mid cycle in the service life of a fire vehicle, including water tank maintenance or renovation, rebuilding a pump and plumbing system. The contractor shall supply all items in accordance with solicitation, shall meet or exceed requirements of National Fire Protection Association (NFPA) 1901 Standard for Automotive Fire Apparatus (http://www.nfpa.org) and terms and conditions of the contract. BIA intends to award a Firm Fixed Price Contract for the contract for the Contract Line Item Number (CLIN) listed, below. Please see attachment in solicitation for complete specifications. CLIN 0001 - 300 Gallon Polypropylene TanksUnit: EACHQuantity: 8 CLIN 0002 - 750 Gallon Polypropylene TankUnit: EACHQuantity: 1 DELIVERY REQUIREMENTS: Shipping terms will be Freight-On-Board (F.O.B.) Destination with inspection and acceptance at destination. Offerors will include total shipping costs in their offer. Offers submitted on a basis other than FOB Destination will be rejected as non-responsive (FAR Part 47.305-4(b)). Delivery shall be coordinated with the BIA Model 52 Wildland Engine Program and shall be delivered to the Bureau of Indian Affairs, Model 52 Wildland Engine Program, Northern Center, North Willow Street, Eagle Butte, South Dakota 57625. Delivery times for the location, above, shall be between 8:00 a.m. to 4:00 p.m. Monday through Friday. QUESTIONS: Information and questions are available only via an e-mail request to the following Michelle.CruzSalum@bia.gov. No telephonic requests for information will be honored or accepted. Interested parties are responsible for monitoring this website and meeting the deadlines, below. All e-mail requests shall include solicitation number A11PS00241 in the e-mail subject line. AMENDMENTS: Answers to any questions will be posted as an amendment to the solicitation. Potential offerors are hereby notified that subsequent amendments to the solicitation and related future information will be distributed solely through this website and will only be available by downloading the documents at the Federal Business Opportunities Website at http://www.fbo.gov or National Business Center Interior Electronic Acquisition System-Electronic Commerce Website at http://www.nbc.gov. This office will not issue hard (paper) copy solicitations or amendments. The offeror shall be responsible for downloading and submitting the amendments with their package. No further notice will be posted on Fedbizopps. SUBMISSION OF OFFERS: By submitting a quote, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. Your offer shall include the following: (a) Quotes shall be submitted in writing on the Standard Form (SF) 1449 with the company name, point of contact, address, phone number, fax number, and DUNS number. (b) Quote shall include quantity, unit, unit price, total cost of all the Contract Line Item Numbers (CLINS) and any prompt payment discount terms. Quotes submitted in response to this solicitation must remain valid for 30 days after closing date of this solicitation. No partial bids will be accepted, and therefore will not be considered. (c) Vendors are to submit product and descriptive literature (pamphlets, brochures, documentation, etc.) detailing the products offered (FAR 52.214-21 Descriptive Literature). (d) Vendor is responsible for submitting any amendments to this solicitation with their package. All quotes and amendments (SF 30) of the solicitation shall be signed by an individual with the authority to bind their respective company. (e) Offerors must be registered in the Central Contractor Registration (CCR) database located at http://www.ccr.gov prior to any contract award or will be ineligible for award. Contractors are required to be registered with 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 SHALL identify their ORCA registration in the quote or Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications Commercial, with its offer. FAR 52.212-3 can be downloaded from the Internet: http://farsite.hill.af.mil. SUBMISSION OF OFFERS DEADLINE: Only offers submitted by e-mail or facsimile will be accepted. Offerors shall submit only one (1) quote and shall select one (1) delivery method either by e-mail or facsimile. Quotes submitted via e-mail shall be sent to Michelle.CruzSalum@bia.gov. Offeror shall include the solicitation number A11PS00241 in the subject line of the e-mail. Facsimile quotes will be accepted at 208-433-6416 with a cover letter to include the number of pages faxed, the solicitation number A11PS00241 and vendor's name. Regardless of the quote delivery method, quotes must be dated and received no later than August 19, 2011, 4:00 p.m., Mountain Standard Time. LATE SUBMISSIONS: Quotes received after the exact time specified for receipt of quotes WILL NOT be considered. It is the contractor's responsibility to verify that their submission was received in the Contracting Office by the due date and time specified. NOTE: The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Offerors that fail to furnish the required representation information, fail to meet all instructions or reject the terms and conditions of the combined synopsis/solicitation, may be excluded from consideration. The Government shall not be liable for any fees or expenses that are incurred or associated with the preparation of your quotation. 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. Award will be a single award all or none basis. No partial bids will be accepted, and therefore will not be considered. Offerors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (FAR) Clause 52.212-1, Instructions to Offeror-Commercial Items. As stated in this clause, the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary. Per FAR 52.212-2, the Government intends to award a contract to the responsible offeror whose offer will be the most advantageous to the Government based on technical capability of the item offered that meets the Government requirement. The provision "52.212-2, Evaluation-Commercial Items", applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision, are as follows:i) Technical capability (where technical capability includes the degree to which the proposed product conforms to the specifications contained in the requirements, the capability of the proposed product to meet stated needs, and quality factors such as overall strength, and quality of materials); The objective is for the contractor to have the ability to deliver the required items, including the ability to manufacture and deliver the required items in a timely manner (capacity) and the quality control system used during the manufacturing process (QA/QC) and manufacture to specifications with new equipment products.ii) Price.iii) Warranty. Warranty information shall be provided by the vendor, if any.Technical capability and warranty, when combined, is significantly less important than cost or price. 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. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 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 (Jul 2010); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212).52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998);52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A11PS00241/listing.html)
- Place of Performance
- Address: Bureau of Indian Affairs, Model 52 Wildland Engine Program, Northern Center, North Willow Street, Eagle Butte, South Dakota 57625.
- Zip Code: 57625
- Zip Code: 57625
- Record
- SN02516526-W 20110803/110801234619-f5184e15c9d97eb0d6d5adbe79ef37a4 (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 |