23--PR0040419344 Utility Vehicle and Accessories
CANCELLATION NOTICE: 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 t... CANCELLATION NOTICE: 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. The solicitation number is PR0040419344 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 336112 with a small business size standard of 1,500.00 employees. This requirement is an [ Indian Small Business Economic Enterprises ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-08-15 15:30:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Pendleton, OR 97801 The Bureau of Indian Affairs requires the following items, Brand Name or Equal, to the following: LI 001: 2-person diesel-powered utility terrain vehicle (UTV) (or equal). Vendor may propose any brand name, as long as all below specifications are met. -diesel fueled -glass windshield -removable doors -tires suitable for uneven terrain -plastic hard top -min. 2 seats (bench style) -bed size compatible with the fire unit described in line 003, below -4WD -winch Note: Seller is required to attach a document showing the make/model and configuration of the machine proposed, and meets all required specifications. Delivery information: There is no loading dock at destination. Seller is required to bring a ramp and have employees available to offload the items at destination. Quoted price for this line item must include the cost of delivery/offloading item., 1, EA; LI 002: Trailer compatible with UTV proposed in line 001. Required features: -dual axle -electric brakes -lights to signal reverse and turning/ramps -bumper pull for 3/4 ton pickup truck -tie downs for securing cargo Note: Seller is required to attach a document showing the make/model and configuration of the machine proposed, and meets all required specifications. Delivery information: There is no loading dock at destination. Seller is required to bring a ramp and have employees available to offload the items at destination. Quoted price for this line item must include the cost of delivery/offloading item., 1, EA; LI 003: Kimtek Firelite Deluxe FDH-203 transport slip on unit, or equal. Any brand name may be proposed, but vendor must include a spec sheet with their quote showing all below specifications are met: -must be compatible with UTV proposed in line 001 of this solicitation -min. 6.5hp pumping unit -min. 65 gallon maximum 75 gallon plastic or polyurethane water tank (any tank sized within the range of 65-75 gallons will be acceptble) -hose length between 80-150 feet and min. 3/4 thickness. Any length proposed between these two lengths will be acceptable -nozzle for adjusting water pressure -hose crank (manual or electric) for rewinding hose after use Note: Seller is required to attach a document showing the make/model and configuration of the machine proposed, and meets all required specifications. Delivery information: There is no loading dock at destination. Seller is required to bring a ramp and have employees available to offload the items at destination. Quoted price for this line item must include the cost of delivery/offloading item., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Bureau of Indian Affairs intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Bureau of Indian Affairs is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com. Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. This award is set aside for Indian Small Business Economic Enterprises. See clause at 1452.280-1, Notice of Indian Small Business Economic Enterprise Set-aside (JULY 2013). NAICS code 336112, Light Truck and Utility Vehicle Manufacturing, and size standard, 1500 employees, applies to this buy. Vendors must represent their company to be a small business according to this business size definition. (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)
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »