DISC MULCHER AND BRUSH CUTTER SPRO HORTON AGENCY B

expired opportunity(Expired)
From: Federal Government(Federal)
140A0322Q0010

Basic Details

started - 19 Apr, 2022 (about 2 years ago)

Start Date

19 Apr, 2022 (about 2 years ago)
due - 03 May, 2022 (about 2 years ago)

Due Date

03 May, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
140A0322Q0010

Identifier

140A0322Q0010
INTERIOR, DEPARTMENT OF THE

Customer / Agency

INTERIOR, DEPARTMENT OF THE (64531)BUREAU OF INDIAN AFFAIRS (10073)SOUTHERN PLAINS REGION (215)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

DISC MULCHER AND BRUSH CUTTER SPRO HORTON AGENCY BRANCH OF NATURAL RESOURCESThis 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.This procurement is being set aside 100% for Small Businesses.The Solicitation No. is 140A0322Q0010 and is a request for quotes.The Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04 through January 30, 2022.The Bureau of Indian Affairs has a need for a disc mulcher and a brush cutter. Equipment needs to meet or exceed Specifications that are attached.The North American Industrial Classification System (NAICS) code is 333111, with a small business size standard of 1250 employees. Contractor is required to be registered in
SAM with the NAICS Code cited above prior to bid opening.Delivery - Vendor must notify the point of contact to confirm delivery date and time, Monday through Friday between the hours of 8:00 am and 4:30 pm and closed on Federal Holidays and weekends. Unscheduled deliveries will not be accepted. Expected date of delivery shall be stated on the quote. Delivery location is BIA, Horton Agency, Branch of Natural Resources, 908 First Ave. East, Horton, KS 66439-1844. Contact; Adam Rogers, 785-486-2161 office; 706-835-9640 cell.Contact Info: Contracting Officer: Jocelyn LittleChief; phone (580) 450-5740. Email: jocelyn.littlechief@bia.gov.Instructions, Conditions, and Notices to Offerors:Quotes shall be submitted via email. Subject Line shall state the Solicitation Number and Title. All quotes are due May 3, 2022, 2:00pm Central Standard Time and should include the following:1. SF-14492. Equipment specifications3. Delivery ScheduleAll contractors submitting quotes must be registered in SAM at www.sam.gov at the time quotes are due under the NAICS Code listed. To register or learn more about SAM, go to http://www.sam.gov.Attachments1. SpecificationsFAR ClausesThe following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (b) of FAR 52.212-5(b), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.225-1 Buy American Act-Supplies; FAR 52.232-33, Payment by Electronic Funds, 52.232-99, Providing Accelerated Payment to Small Business Subcontractors.52.212-2 Evaluation - Commercial Items. (OCT 2014)(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 (LTPA) approach; the Government will award to the lowest priced offeror that is determined to meet or exceed the specifications.(b) 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. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision)DOI Regulations - DIAR Clauses(DIAR) 1452.204-70 Release of Claims; (DIAR) 1452.226-70 Indian Preference; (DIAR) 1452.226-71 Indian Preference Program. (DIAR) 1452.228-70 Liability Insurance, Department of the Interior (JUL 1996), (DIAR) 1452.280-4 Indian Economic Enterprise Representation (JUL 2013), DOI ELECTRONIC INVOICING-Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011)The Federal Acquisition Regulation clauses and provisions are available on the internet at: http://www.acqusition.gov or may be requested from the Contracting Officer.

100 NORTH RIVERSIDE DRIVE  ANADARKO , OK 73005  USALocation

Place Of Performance : 100 NORTH RIVERSIDE DRIVE ANADARKO , OK 73005 USA

Country : United StatesState : Oklahoma

Classification

naicsCode 333111Farm Machinery and Equipment Manufacturing
pscCode 3820Mining, Rock Drilling, Earth Boring, and Related Equipment