Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2020 SAM #6798
SOLICITATION NOTICE

38 -- FY 2020 TRACK LOADER

Notice Date
7/8/2020 4:07:00 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
EASTERN OKLAHOMA REGION MUSKOGEE OK 74402 USA
 
ZIP Code
74402
 
Solicitation Number
140A0820Q0026
 
Response Due
7/23/2020 12:00:00 AM
 
Archive Date
08/07/2020
 
Point of Contact
Impson, Katheryn
 
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)
 
Awardee
null
 
Description
TRACK LOADER 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. The solicitation number for this procurement is 140A0820Q0026 and is issued as a Request for Quote (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular FAC. 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 333120 - Construction Machinery Equipment Manufacturing, and the size standard is 1250 employees. The Bureau of Indian Affairs, Eastern Oklahoma Regional Office, intends to award a firm-fixed price contract for the following Track Loader: Pricing Schedule CLIN 010: Track Loader - Name brand or equal to Cat 299D3 XE Land Management Compact Track Loader See attached specifications Total Price $___________________________________ The government is requesting trade in for the following equipment (pictures attached) Contact Josh Williams at Joshuad.williams@bia.gov for more information regarding trade in equipment. Please complete the Trade in Amount column: YEAR MAKE MODEL SERIAL # COND HOURS/ MILES Trade in Amount 2015 Bobcat T870 AN8L13255 Fair 700 $ Dougherty Forestry MFG Turbo Saw Attachment NA Fair NA $ Advanced Forestry Equipment SS ECO Forestry Mulcher NA Fair NA $ Total Amount for CLIN 10 $__________________ MINUS (-) Total Trade in Amount for all equipment $__________________ Equals (=) $__________________ DELIVERY: The delivery location is The Bureau of Indian Affairs, Eastern Oklahoma Regional Office, 3100 W. Peak Boulevard, Muskogee, OK 74401, POC: Josh Williams (918) 441-0052. Delivery will be during normal office hours, Monday-Friday, 8:00-4:30; 24 hour notice is required before delivery. CLAUSES: 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, 52.211-6, 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. 52.211-6 Brand Name or Equal. BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as ""brand name or equal,"" the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that ""equal"" products must meet are specified in the solicitation. (b) To be considered for award, offers of �equal� products, including ""equal"" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate �equal� products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an �equal� product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 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 All questions shall be submitted via email to Katheryn Impson at Katheryn.impson@bia.gov. NO PHONES CALLS PLEASE. Quotes are due on Thursday, 23 JULY 2020 at 12:00 pm (CST). 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/b9b765274b2e40ccbd53d9c82f78b070/view)
 
Record
SN05715006-F 20200710/200708230143 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.