The RFP Database
New business relationships start here

Drill Rig Tender Truck, Pacific Northwest Region,


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

This is an AMENDED 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 and a written solicitation will not be issued. This solicitation document, number 140R1019Q0052, and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05 dated August 13, 2019.

This AMENDMENT 0001 adds the following: FAR Provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2019) and FAR Clause 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2019) are hereby added to the solicitation.
The hour and date for receipt of quotes remains at 3:00 p.m. (MDT) on August 26, 2019.


 


 



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 and a written solicitation will not be issued. This solicitation document, number 140R1019Q0052, and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-04 dated August 7, 2019.


This Request for Quotes (RFQ) is issued pursuant to Part 12 and Part 13 of the Federal Acquisition Regulations and is 100% set-aside for small business. Quotes are due 3:00 p.m. (MDT) on August 26, 2019. The applicable North American Industry Classification System (NAICS) Code is 333132 and the small business size standard is 1,250 employees.


Reclamation will consider all responsible sources who submit a timely quote that conforms to the solicitation. Prospective offerors may submit quotes electronically to ccalleja@usbr.gov 3:00 p.m. (MDT) on August 26, 2019.


Any contractor interested in doing business with the Federal Government must register in the System for Award Management database prior to award of a contract or agreement. SAM is a Federal Government owned and operated FREE website at www.SAM.gov.


All invoices for this procurement must be submitted through the Department of Treasury's Internet Payment Platform located at www.IPP.gov. IPP is a Federal Government owned and operated FREE website at www.IPP.gov.


The resulting award will be a firm fixed price purchase order.


For further information about the requirement, offerors should contact Carrie Calleja at 208-383-2229 or at ccalleja@usbr.gov.


Drill Rig Tender Truck to be delivered to Boise, Idaho.


Specification for water tank:
• Flat water tank holding approximately 2,100 gallons constructed out of ¼" steel with internal baffling.
• Water tank shall be epoxy coated to form an internal liner.
• Two front-mounted, vertically oriented weathertight tool boxes. Driver's side box shall have three removable shelves. Passenger side box shall have a 50ft torch reel mounted and a removable shelf.
• Six weather-tight, horizontally oriented tool boxes fitted to truck.
• All boxes shall have "T" handle latches and keyed together.
• All boxes shall be constructed of 10-gauge steel.
• Hose storage compartment (with lid) shall be located between the two front vertical cabinets.
• 1 ¼" tubular steel cab guard (headache rack) at the height of the truck cab. Minimum of four work lights mounted to cab guard, switch mounted inside truck cab.
• Headache rack tail-out system.
• Four ratchet style tie-down winches with 30ft straps with ratchet bar.
• Tie-down rails along the length of the tank with stake pockets for square tube stakes (removable), with stakes included. Stakes shall be at a minimum of 20" above deck height.
• Front drill rod stopper.
• Mud flaps mounted behind and in front of the drive wheels.
• At a minimum, one 4" gravity water fill.
• At a minimum, one 2" tank vent.
• Four discharge ports, one at each corner, with 2" brass ball valves 2" camlocks.
• Three threaded 3 ½" drains in the back of the tank (pumping, filling and draining).
• Water level sight glass.
• Two access ladders with grab handles.
• At a minimum, two 6"x6" tube full length looped hose chambers.
• Receiver hitch with a 25-ton pintle and a 1" pintle plate with an attached 20" folding step platform. Hitch shall be wired for electric and plumbed for air.
• Hydraulic crane outriggers mounted to truck frame, capable of up/down and in/out adjustment.
• Four hydraulic leveling jacks (two mounted at front and two at rear of flattank body). Each leveling jack shall have a minimum 30" stroke and a minimum lifting capacity of 25,000 lbs. The extension portion of each cylinder shall be equipped with a steel boot to resist side thrust and reduce wear on cylinder bore and cylinder rod. Jacks shall have safety features installed to prevent movement in the event of hydraulic pressure loss.
• Water pump, hydraulically driven, for loading water, self-priming, positive displacement gear pump 3", rated 230 GPM.
• Brackets installed under crane for mounting a welder.
• Fill spout under crane with air gap to prevent backflow.
• Tow pin mounted in front bumper.

Specification for crane:
• Brand Name or Equal to an IMT Model 14000 telescoping crane.
• Crane shall be mounted at the rear of the tank on the passenger side.
• Lifting capacity of 14,000 lbs., 25ft reach, and a winch speed of 60ft per minute.
• Crane shall have a rotation of 400 degrees in both directions.
• Wireless control with manual override capabilities.
• Crane shall be PTO driven and have a hydraulic fluid reservoir of 20 gallons.
• Fluid reservoir shall be filled with hydraulic fluid.
• Crane shall have a boom rest installed onto the tank.


Specification for truck:
• Brand Name or Equal to a 2018 Western Star 49005B. Truck shall have a set-back front axle.
• Brand Name or Equal to a Cummins ISX15 engine. Minimum horsepower of 450@ 1800 rpm and 1,650 ft. lbs. of torque @1000 rpm.
• 75 MPH road speed limit cruise control, speed limit same as road speed limit, PTO mode engine RPM limit - 800 RPM PTO mode clutch override - clutch enabled
• (4) absorbed glass mat batteries
• Discharge line electronic engine integral shutdown protection system
• Brand Name or Equal to a Cummins lnterbrake compression brake with (2) switches; (1) on/off and (1) low/medium/high retardation level
• Brand Name or Equal to an Eaton Fuller RTLO-16913A transmission
• Brand Name or Equal to a Detroit DA-F-20.0-5 20,000lb FL1 71.0 KPl/3.74 drop single front axle
• 20,000 lb. flat leaf front suspension
• 46,000 lb. R-series tandem rear axle
• Tandem rear axles (1) interaxle lock valve, (1) driver controlled differential lock forward-rear and rear-rear axle valve
• Front closing crossmember extra heavy-duty steel c-channel bolted construction back of transmission crossmember
• Extra heavy-duty steel C-channel bolted construction midship #1 crossmember 1/4-inch steel c-channel crossmember without A-frame
• Non-towing extra heavy-duty steel C-channel bolted construction rear suspension forward crossmember suspension crossmember
• Extra heavy-duty steel C-channel bolted construction rear mounted suspension crossmember


Solicitation Provisions and Clauses Incorporated by Reference. This solicitation incorporates one or more solicitation provision and clause by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.gov/far/


The following provisions and clauses apply to this acquisition, and are incorporated by reference: 52.204-7, System for Award Management (OCT 2018); 52.204-13, System for Award Management Maintenance (OCT 2018); 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016); 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016); 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2019); 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2019); 52.212-1, Instructions to Offerors - Commercial Items (OCT 2018); 52.212-3, Offeror Representations and Certifications-Commercial Items. (OCT 2018); 52.212-4, Contract Terms and Conditions--Commercial Items (OCT 2018); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 52.242-15, Stop-Work Order (AUG 1989); 52.217-8, Option to Extend Services. (NOV 1999); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2019) to include: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018), 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015), 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011), 52.219-28, Post-Award Small Business Program Rerepresentation (JUL 2013), 52.222-3, Convict Labor (JUN 2003), 52.222-17, Nondisplacement of Qualified Workers (MAY 2014), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2018), 52.222-21, Prohibition of Segregated Facilities (APR 2015), 52.222-26, Equal Opportunity (SEP 2016), 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014), Combating Trafficking in Persons (JAN 2019),), 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011), 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008), and 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT 2018).


The following provisions and clauses apply to this acquisition and are incorporated by full text:


52.211-6 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 modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.
(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)


DOI-AAAP-0028 v03 Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP). (APR 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: none. The Contractor shall submit an electronic copy of the IPP invoice to the Contract
Specialist at ccalleja@usbr.gov once the invoice has been submitted to IPP. Failure to email the invoice may cause significant delay or possible rejection of your payment
request.


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. (End of Clause)


DIAR 1452.215-71 Use and Disclosure of Proposal Information--Department of the Interior (APR 1984)
(a) Definitions. For the purposes of this provision and the Freedom of Information Act (5 U.S.C. 552), the following terms shall have the meaning set forth below:
(1) 'Trade Secret' means an unpatented, secret, commercially valuable plan, appliance, formula, or process, which is used for making, preparing, compounding, treating or processing articles or materials which are trade commodities.
(2) 'Confidential commercial or financial information' means any business information (other than trade secrets) which is exempt from the mandatory disclosure requirement of the Freedom of Information Act, 5 U.S.C. 552. Exemptions from mandatory disclosure which may be applicable to business information contained in proposals include exemption (4), which covers 'commercial and financial information obtained from a person and privileged or confidential,' and exemption (9), which covers 'geological and geophysical information, including maps, concerning wells.'
(b) If the offeror, or its subcontractor(s), believes that the proposal contains trade secrets or confidential commercial or financial information exempt from disclosure under the Freedom of Information Act, (5 U.S.C. 552), the cover page of each copy of the proposal shall be marked with the following legend:
'The information specifically identified on pages _______ of this proposal constitutes trade secrets or confidential commercial and financial information which the offeror believes to be exempt from disclosure under the Freedom of Information Act. The offeror requests that this information not be disclosed to the public, except as may be required by law. The offeror also requests that this information not be used in whole or part by the Government for any purpose other than to evaluate the proposal, except that if a contract is awarded to the offeror as a result of or in connection with the submission of the proposal, the Government shall have the right to use the information to the extent provided in the contract.
c The offeror shall also specifically identify trade secret information and confidential commercial and financial information on the pages of the proposal on which it appears and shall mark each such page with the following legend:
'This page contains trade secrets or confidential commercial and financial information which the offeror believes to be exempt from disclosure under the Freedom of Information Act and which is subject to the legend contained on the cover page of this proposal.'
(d) Information in a proposal identified by an offeror as trade secret information or confidential commercial and financial information shall be used by the Government only for the purpose of evaluating the proposal, except that (i) if a contract is awarded to the offeror as a result of or in connection with submission of the proposal, the Government shall have the right to use the information as provided in the contract, and (ii) if the same information is obtained from another source without restriction it may be used without restriction.
(e) If a request under the Freedom of Information Act seeks access to information in a proposal identified as trade secret information or confidential commercial and financial information, full consideration will be given to the offeror's view that the information constitutes trade secrets or confidential commercial or financial information. The offeror will also be promptly notified of the request and given an opportunity to provide additional evidence and argument in support of its position, unless administratively unfeasible to do so. If it is determined that information claimed by the offeror to be trade secret information or confidential commercial or financial information is not exempt from disclosure under the Freedom of Information Act, the offeror will be notified of this determination prior to disclosure of the information.
(f) The Government assumes no liability for the disclosure or use of information contained in a proposal if not marked in accordance with paragraphs (b) and (c) of this provision. If a request under the Freedom of Information Act is made for information in a proposal not marked in accordance with paragraphs (b) and (c) of this provision, the offeror concerned shall be promptly notified of the request and given an opportunity to provide its position to the Government. However, failure of an offeror to mark information contained in a proposal as trade secret information or confidential commercial or financial information will be treated by the Government as evidence that the information is not exempt from disclosure under the Freedom of Information Act, absent a showing that the failure to mark was due to unusual or extenuating circumstances, such as a showing that the offeror had intended to mark, but that markings were omitted from the offeror's proposal due to clerical error. (End of Provision)


WBR 1452.201-80 Contracting Officer's Representative's Authorities and Limitations -- Bureau of Reclamation. (MAY 2018)
(a) Performance of the work under this contract shall be subject to the technical direction of the Reclamation Contracting Officer's Representative (COR). The term "technical direction" is defined to include, without limitation:
(1) Inspecting and accepting or rejecting work performed under the contract.
(2) Representing the Government in technical phases of the work. The COR is responsible for the technical administration of the contract and will provide instructions and interpretations to the Contractor on all technical matters relating to the contract. The COR will supervise or oversee all Government technical and administrative personnel assigned to assist the COR.
(3) Reviewing and, where required by the contract, approving submittals of technical data, shop drawings, samples, literature, plans, or other data required to be delivered by the Contractor to the Government.
(b) The Contractor will receive a copy of the written COR designation from the Contracting Officer. It will specify the extent of the COR's authority to act on behalf of the Contracting Officer.
(c) Technical direction must be within the scope of work stated in the contract. Only the Contracting Officer is authorized to determine if a change is within the scope of the contract; therefore, the COR does not have the authority to, and may not, issue any technical direction that
(1) Constitutes a direction of additional work outside the Contract requirements;
(2) Constitutes a change as defined in the contract clause entitled "Changes;"
(3) In any manner causes an increase or decrease in the total contract cost, or the time required for contract performance;
(4) Changes any of the expressed terms, conditions or specifications of the contract; or
(5) Interferes with the Contractor's right to perform the terms and conditions of the contract.
(d) All technical direction shall be issued in writing by the COR.
(e) The Contractor must proceed promptly with the performance of technical direction duly issued by the COR in the manner prescribed by this clause and within its authority under the provisions of this clause. If, in the opinion of the Contractor, any instruction or direction by the COR falls within one of the categories defined in (c)(1) through (c)(5) of this clause, the Contractor must not proceed and must notify the Contracting Officer in writing within five (5) working days after receipt of any such instruction or direction and must request the Contracting Officer to modify the contract accordingly. Upon receiving the notification from the Contractor, the Contracting Officer must -
(1) Advise the Contractor in writing after receipt of the Contractor's letter that the technical direction is within the scope of the contract effort and does not constitute a change under the Changes clause of the contract; or
(2) Advise the Contractor that the Government will issue a written change order.
(f) A failure of the Contractor and Contracting Officer either to agree that the technical direction is within the scope of the contract or to agree upon the contract action to be taken with respect to the technical direction will be subject to the provisions of the clause entitled "Disputes." (End of Clause)


WBR 1452.225-82 Notice of World Trade Organization Government Procurement Agreement Evaluations--Bureau of Reclamation. (MAY 2005)
In accordance with the Agreement on Government Procurement, as amended by the Uruguay Round Agreements Act (Pub. L. 103-465), and other trade agreements, FAR Subpart 25.4, World Trade Organization Government Procurement Agreement, applies to Bureau of Reclamation acquisitions. In order to apply trade agreements unique to Reclamation, the contracting officer will (irrespective of any other provision or clause of this solicitation) evaluate acquisitions at or above the dollar thresholds listed in FAR 25.402(b) without regard to the restrictions of the Buy American Act. (End of Provision)



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; lowest price technically acceptable.


(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options and pricing 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. (End of Provision)




Amanda Somerville, Contracting Officer, Phone (406) 247-7797, Email asomerville@usbr.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP