RESCUE BOAT WITH TRANSPORT TRAILER FOR THE BUREAU

expired opportunity(Expired)
From: Federal Government(Federal)
140A0320Q0007

Basic Details

started - 16 Jan, 2020 (about 4 years ago)

Start Date

16 Jan, 2020 (about 4 years ago)
due - 30 Jan, 2020 (about 4 years ago)

Due Date

30 Jan, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
140A0320Q0007

Identifier

140A0320Q0007
INTERIOR, DEPARTMENT OF THE

Customer / Agency

INTERIOR, DEPARTMENT OF THE (64138)BUREAU OF INDIAN AFFAIRS (10022)SOUTHERN PLAINS REGION (215)
[object Object]

SetAside

ISBEE(Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior))
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.

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; quotes are being requested (SF-1449 is attached) and a written solicitation will not be issued. The solicitation number for this procurement is 140A0320Q0007 and is issued as a Request for Quote (RFQ). The Bureau of Indian Affairs (BIA), Southern Plains Regional Office intends to award a firm-fixed price contract in response to this Request for Quote (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-03 dated December 13, 2019. 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 the Indian Economic Enterprise Representation form (DIAR Clause 1452.280-4 (see attached)). The associated North American Industry Classification System code (NAICS) is 336612, Boat Building, and the size standard is 1,000 employees. The Bureau of Indian Affairs, Southern Plains Regional Office has a requirement to purchase a rescue boat and trailer that meets or exceeds the R ONE Series® Deluxe Rescue Boat Package specifications. The price shall include delivery to the Bureau of Indian Affairs, Office of Justice Services District II Warehouse. Price Schedule: CLIN 0001: Rescue boat w/transport trailer (shall include spare & carrier) that meets or exceeds the R ONE Series® Deluxe Rescue Boat Package (see attached SF-1449 for the details). 1 @ $________________ each = $____________________ Delivery Date and Location: May 31, 2020. Delivery shall be made to the Bureau of Indian Affairs (warehouse), 1001 Enterprise Avenue #13, Oklahoma City, OK 73128. This location is not staffed so vendor shall make arrangements with the OJS staff for delivery. Delivery shall be within normal business hours, Monday-Friday, 8:00 am to 4:30 pm CT. 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. The following factors shall be used to evaluate offers: (i) Factor 1: Technical Capability (1.) The offeror shall submit their technical capability to meet or exceed the requirements outlined in the description. The offeror shall submit specifications of the rescue boat and transport trailer with the quote. (ii) Factor 2: Past Performance (1.) The Contractor shall include information that will assist in determining the extent to which its past performance demonstrates the likelihood of being able to successfully provide the item outline in the description. The offeror shall also list at least two contracts performed in the past three years from issue date of this RFQ that are of the same magnitude and complexity of this project. In addition, the Government may solicit past performance on contracts not listed by the offeror. The evaluation will consider both the relevance and quality of past projects. The Government may choose to evaluate publicly available reports, and/or data from the Past Performance Information Retrieval System (PPIRS). The Government may use present and/or past performance data obtained from a variety of sources. The information gathered for past performance may also be used in the responsibility determination. (iii) Factor 3: Price Schedule Technical and past performance when combined is equal to cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. 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 located at http://www.sam.gov . If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) 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: 52.203-19, 52.204-10, 52.204-23, 52.204-25, 52.209-6, 52.209-10, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.242-5, 52.233-3 and 52.233-4. FAR Clauses incorporated by reference: 52.204-7, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-20, 52.225-25, 52.229-3, 52.232-1, 52.232-17, 52.232-25, 52.232-39, 52.232-40, 52.233-1, 52.243-1, 52.246-2, 52.247-34, 52.249-1, 52.249-8, 52.252-1 and 52.252-2. DIAR 1452.201-70 Authorities and delegations. As prescribed in section 1401.670-1, insert the following clause: Authorities and Delegations (SEP 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk. (End of clause). 1452.233-2 Service of Protest. As prescribed in 1433.106, the provision at FAR 52.233-2, Service of Protest, shall be modified before insertion into solicitations and contracts by changing the title of the provision to read: Service of Protest Department of the Interior (JUL 1996) (Deviation) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Southern Plains Regional Office, Division of Acquisition Management, P.O. Box 368, 100 Riverside Drive, Anadarko, OK 73005. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (c) A copy of the protest served on the Contracting Officer shall be simultaneously furnished by the protester to the Department of the Interior Assistant Solicitor, Acquisitions and Intellectual Property, 1849 C Street, NW., Room 6511, Washington, DC 20240. 1452.280-1 Notice of Indian small business economic enterprise set-aside. (JUL 2013) 1452.280-3 Subcontracting limitations. (JUL 2013) Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) 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: * An official company invoice that has already been reviewed and approved by COR outside of IPP 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 SAM 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. 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. All questions shall be submitted via email to Margie M. Tahdooahnippah at margie.tahdooahnippah@bia.gov. Please reference solicitation number 140A0320Q0007 in the subject line of the email. Quotes are due on Wednesday, 29 January 2020 at 5:00 pm (CDT). Quotes shall be sent via email to margie.tahdooahnippah@bia.gov. Quotes shall be good for 30 calendar days after close of RFQ. QUOTE SUBMISSION INFORMATION: Offers shall include the following items and in the following order: 1. Summary of technical capability in accordance with 52.212-2(a)(i)(1) to include pictures and specifications 2. Pricing schedule 3. Sections 17a, 23, 24, 30a, 30b, and 30c completed per the attached SF 1449 document (include DUNS number) 4. Indian Economic Enterprise Representation form Offerors should check the FedBizOpps/FedConnect websites often for any solicitation amendments. 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 and list applicable NAICS code.

100 NORTH RIVERSIDE DRIVE  ANADARKO , OK 73005  USALocation

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

Country : United StatesState : Oklahoma

You may also like

CENTER CONSOLE BOAT, W/ MOTOR, TRAILER & ACCESSORIES

Due: 31 May, 2024 (in 1 month)Agency: U.S. FISH AND WILDLIFE SERVICE

SUPPLY, PURCHASE OF SECOND 21 FOOT VESSEL, ENGINE, AND TRAILER FOR EVER

Due: 05 Sep, 2024 (in 4 months)Agency: NATIONAL PARK SERVICE

(2) ATVS AND (1) UTILITY TRAILER TO TRANSPORT

Due: 30 Jun, 2024 (in 2 months)Agency: US GEOLOGICAL SURVEY

Please Sign In to see more like these.

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

Classification

naicsCode 336612Boat Building
pscCode 19SHIPS, SMALL CRAFT, PONTOON, DOCKS