The RFP Database
New business relationships start here

75 KILOWATTS DIESEL POWERED ENGINE for BIA, Fire M


New Mexico, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

75 KILOWATTS DIESEL POWERED ENGINE for BIA, Fire Management
The Bureau of Indian Affairs (BIA) is soliciting offers to procure a Generator, 60Hz-80kW. 75 Kilowatts Diesel Powered Engine, 240V, 1 Phase + tank for the BIA, NRO, Fire Management Office, Ft. Defiance, AZ. 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation No. 140A0919Q0102 herein cited is issued as a Request for Quote (RFQ) and will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. The Bureau of Indian Affairs, Navajo Regional Office, Branch of Acquisitions, solicits work consisting of furnishing the following:

Item No. 1: Generator: $____________________
Item No. 2: ATS Packaged System: $__________________
See Attachment.

GRAND TOTAL: $____________________

Delivery Address: BIA NRO, Fire Management Office, 1 mile North of Conoco Station, Hwy 12, Fort Defiance, AZ, 86504.
CONTRACT CLAUSES: The 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 (a) of FAR 52.212-5 the following applies: FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L.108-77, 108-78). 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 52.225-1 Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332); and FAR 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.229-3, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); Federal, State, and Local Taxes (April 2003). FAR and DIAR clauses are herein incorporated as follows: FAR 52.232-18, Availability of Funds (April 1984); FAR 1452.204-70, Release of Claims - Department of the Interior. The Federal Acquisition Regulations clauses and provisions are available on the Internet at: http://www.acquisition.gov or may be requested from the Contracting Officer.
52.209-11 B? Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. (Feb 2016)
(a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that--
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or
(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.
(b) The Offeror represents thatB?
(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and
(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
(End of provision)

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 [CO to edit and include the documentation required under this contract]:

-    A copy of the contractorB?s invoice shall be included with the IPP invoice. If no invoice is attached, the Invoice will be rejected.



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) prior to the contract award date, but no more than 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.

Due to the urgency of the requirement, the response time for quotes due is short. Contractors qualified to deliver these services are encouraged to submit a signed and dated quote, DUNS Number, proof of contractor's registration in www.sam.gov; completed FAR Clause 52.209-11; and Buy Indian Representation Form (attached), to the Navajo Regional Office, Branch of Acquisitions, Attention: Lynelle Benallie. Submit quote via email to: lynelle.benallie@bia.gov by 1:00 p.m. local time (MDT), September 16, 2019. Any further questions regarding this announcement may be directed to Lynelle Benallie, Contract Specialist, at (505) 863-8404, by fax at (505) 863-8382 or by email at lynelle.benallie@bia.gov

Benallie, Lynelle

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP