SOLICITATION NOTICE
J -- Sources Sought Notice - Caterpillar 320C Repair, M
- Notice Date
- 4/6/2020 6:30:29 PM
- Notice Type
- Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- NORTHWEST REGION PORTLAND OR 97232 USA
- ZIP Code
- 97232
- Solicitation Number
- DOIAFBO200054
- Response Due
- 5/29/2020 12:00:00 AM
- Archive Date
- 06/13/2020
- Point of Contact
- Macauley, Anita
- E-Mail Address
-
Anita.Macauley@bia.gov
(Anita.Macauley@bia.gov)
- Awardee
- null
- Description
- Sources Sought Synopsis - Heavy Equipment Repair Blanket Purchase Agreements for Flathead Irrigation Project near Saint Ignatius, Montana The Bureau of Indian Affairs - Northwest Region (BIA) intends to solicit, negotiate, and establish Blanket Purchase Agreements (BPAs) for heavy equipment Maintenance Repair and Services in accordance with FAR Part 12 and 13. This announcement constitutes the only solicitation. The BIA will award BPAs with vendors who can perform repair and maintenance services on the equipment listed in Attachment 1 (see list below). This list is not exhaustive. BPAs will be issued in accordance with FAR 13.303 with any qualified vendor. Vendors are responsible for demonstrating, via its submission, its qualification to work on one or more of the equipment models listed in Attachment 1. No Solicitation will be issued in connection with this Synopsis. The period of performance of the resulting agreement will be 12 months from the date of award, with 4 option years possible. The BPA Master Limit is $250,000; where no single BPA Call may exceed $24,499 in total cost. THE WORK CONSISTS OF: The purpose of this Blanket Purchase Agreement (BPA) is to provide an indefinite quantity of repair services for heavy equipment owned by the Flathead Irrigation Project located in Saint Ignatius, Montana. Repairs shall be performed at the service shop location of each BPA contractor. The Contractor shall furnish all labor, equipment and materials necessary to execute repairs, including maintenance, repair, and diagnostics for each BPA Call under this agreement. The government�s preference is to establish BPAs with vendors located near Saint Ignatius, Montana. Multiple BPAs may be issued from this synopsis. Any vendor who demonstrates in their submission they are qualified to perform routine or specialized service on the attached equipment list may request to have a BPA with the BIA. Preference will be given to those vendors located within a 20-mile radius of Saint Ignatius, Montana. The government will not haul its equipment at its own expense if vendors are located outside the approximate 20-mile radius. A BPA does not guarantee a minimum order amount, or that an order will be made. In accordance with FAR 13.303-3(a)(2), the Government is obligated only to the extent of authorized purchases actually made under the BPA. All offerors must have an active registration in www.sam.gov at the time of submission or be able to have an active registration in www.sam.gov by the time of award. The Government is obligated only to the extent of authorized purchases actually made under the BPA. Ordering procedures: If more than one vendor is available to perform work the government will rotate orders between qualified vendors. A BPA does not guarantee that the government will place a call for service; estimated call amounts are between $2,500 and shall not exceed $24,999.00, the total call limit for the base year shall not exceed $250,000; if an option year is exercised the call limit for each option year exercised shall be $250,000.00. Any BPA issued from this solicitation will be in accordance with FAR Part 12 commercial item terms and conditions. Vendors who receive BPA calls (orders) shall be required to invoice via the government's online invoicing platform, www.ipp.gov. Service Contract Act wage minimums for the county where work is performed shall apply. The appropriate wage determination shall be incorporated into each BPA at time of award. The following evaluation factors shall be used to evaluate offers to establish the BPA: Technical and Past Performance. All responsible sources may submit an offer to be considered by the agency. A BPA may be established with any company that demonstrates its qualifications to service an item of equipment from the Attachment 1, below. Interested vendors are asked to provide the following information: 1. Name and location of service shop where work will be performed (include physical street address, including city, state, and county). 3. Your business size status under NAICS 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) repair and maintenance, and size standard $8 million. Small businesses who are also Indian Small Business Economic Enterprises (ISBEEs) and Indian Economic Enterprises (IEEs) shall be given first consideration before any other businesses; if no ISBEEs or IEEs are available then small businesses may be considered; if no small businesses are available then other than small business may be considered. 4. Your business socioeconomic representation, if applicable. As noted above, the Bureau of Indian Affairs is required to give preference to ISBEEs and IEEs before considering any other socioeconomic sources. If no ISBEEs or IEEs submit their company information, then small business firms and other-than small business firms may be considered. 5. Responses shall include, at minimum, affirmation of active (or pending) registration in the System for Award Management (SAM), and your company�s Data Universal Number System (DUNS) number. Vendors must also include a statement that your company is willing to maintain an active profile during BPA performance and until final payment. No payments may be processed without an active SAM profile. Visit www.sam.gov for more information on setting up a SAM profile. 6. A statement from your company�s authorized representative that you are in agreement with invoicing via www.ipp.gov and payment terms of prompt payment 30 days. 7. Your company's capabilities and qualifications to perform repair type work on heavy equipment owned by the BIA (see Attachment 1 equipment list, below). Capabilities submissions shall be in two (2) sections. Section I is Technical. The Section shall include a brief description of services offered and the brands you are able to service (make and models from Attachment 1), your firm�s capabilities to provide the subject services and your firm�s pricing schedule. In addition, you will need to provide a copy of the following documents: Element A: Facility Certifications - documentation stating the vendor is an authorized service center of the manufacturer. (Note: a manufacturer�s certification is not an absolute requirement for all equipment in Attachment 1, however, if your company possesses a certification from a particular manufacturer please provide it). Element B: Personnel Certifications - certification-proving service technicians have received appropriate training. Element C -documentation of vendors warranty program. Note: Vendors are not required to service all or most equipment on the Attachment 1 list. As long as a vendor is qualified to service one of the equipment items on the list they will be considered for a possible Blanket Purchase Agreement. Please keep technical submissions to a minimum. Specific capabilities tailored to the requirements should instead be emphasized. Section I will be evaluated for technical acceptability based on the above mentioned requirements. Section II is Past Performance. Offerors shall provide information on up to three (3) previous jobs whose effort was relevant to the effort required by this synopsis; the contracts provided where performed within the last three (3) years. The information shall include contract numbers (if the work was performed for a federal entity), point of contact with telephone numbers and other relevant information. The Government may review any past performance information submitted and from any source available. These sources include, but are not limited to, the Past Performance Information Retrieval System (PPIRS), points of contact from previous projects, or other databases, interviews with Program Managers, and interviews with Contracting Officers. Past Performance will be evaluated as either acceptable or unacceptable. The above information must be submitted no later than May 29, 2020 at 3 pm ET. The BIA will do an initial review of submissions received by April 20th at 3 pm ET to establish a first round of BPAs. The government will perform a second round of reviews of potential BPAs from sources responding by May 29, 2020 at 3 pm ET. All responsible sources (i.e., not debarred) may respond to this synopsis and all responses will be considered by the agency, with first preference given to ISBEEs, then IEEs, and Small Businesses. If there are no submissions from ISBEEs, IEEs, or Small Business, then Other than Small Business may be considered. Responses to this notice may result in a BPA. Attachment 1: List of Heavy Equipment Kubota 1. Excavator KX080-3 Caterpillar 1. Excavator 305.5 2. Excavator 315CL 3. Excavator 315D 4. Excavator 316E 5. Excavator 320 6. Dozer D-7 7. Dozer D-4C 8. Dozer D-4C 9. Dozer D-4C 10. Skid Steer 268 11. Loader IT24 12. Backhoe 446 13. Grader 130G John Deere 1. Tractor 2640 Case 1. Loader MW24 2. Loader MW24 International 1. Loader 510 Trail King/Custom/Olympic 5 Heavy equipment trailers
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/078f3a25c4ba4340b94c05178290eacf/view)
- Record
- SN05611255-F 20200408/200406230145 (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 |