Closed Solicitation · DEPARTMENT OF THE INTERIOR

    MINNESOTA AGENCY'S SLIP ON PUMP UNIT

    Sol. 140A0625Q0001Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)BLOOMINGTON, MN
    Closed
    STATUS
    Closed
    closed May 30, 2025
    POSTED
    May 1, 2025
    Publication date
    NAICS CODE
    333914
    Primary industry classification
    PSC CODE
    4210
    Product & service classification

    AI Summary

    The Bureau of Indian Affairs is soliciting proposals for a 200 Gallon End Mount Skid Unit under solicitation number 140A0625Q0001, set aside for small businesses (NAICS 333914). Bidders must provide technical capability, delivery estimates, and past performance on similar contracts. The unit must be delivered to Bemidji, MN, by August 29, 2025. Proposals will be evaluated based on technical merit, delivery, past performance, and price.

    Contract details

    Solicitation No.
    140A0625Q0001
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    May 1, 2025
    Response Deadline
    May 30, 2025
    NAICS Code
    333914AI guide
    PSC / Class Code
    4210
    Issuing Office
    MID-WEST REGION
    Primary Contact
    Tahdooahnippah, Margie
    State
    MN
    ZIP Code
    55437

    Description

    (i) This is a combined synopsis/solicitation for commercial products or commercial services 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; proposals are being requested and a written solicitation will not be issued.

    (ii)Solicitation 140A0625Q0001 is issued as a request for quotation (RFQ).

    (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 effective Jan. 17, 2025.

    (iv)This is a Small Business Set-Aside and the associated NAICS code is 333914 and small business size standard 750 employees.

    (v) Type 6 Wildland Fire Equipment, 200 Gallon End Mount Skid Unit, Qty: 1, Price: $________ Each.

    (vi)Description of requirements for the End Mount Skid Unit to be acquired:

    * 200 gallon fully baffled poly tank / 10 gallon foam cell (Foam Flo)
    * 2" aluminum sub-frame
    * Diamond plate tank top / diamond plate rear platform
    * Stainless steel plumbing - 2" draft/suction, 2.5" hydrant fill, 1.5" rear discharge, 1" tank fill
    * Stainless steel control panel (pressure gauge, low pressure shut off, throttle, primer, on/off/start, LED foam / water level gauge)
    * 18HP Briggs & Stratton motor / CF-120 18HP centrifugal pump
    * Hannay steel electric hose reel - ¾"x200' booster hose w/ 1" Ranger nozzle
    * Electric primer, winterization system, 4 gallon fuel cell

    (vii) The 200 Gallon End Mount Skid Unit is to be delivered to Bureau of Indian Affairs, Minnesota Agency, 2225 Cooperative Court NW, Suite 300, Bemidji, MN 56601 by August 29, 2025 (FOB Destination).

    (viii)Provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition and no other addenda to the provision.

    (ix)The Provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition, and the specific evaluation criteria are included below:
    (a) The Government will award a Firm-Fixed Priced 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 using the Trade-Off Source Selection Process:

    (i) Technical Capability - The offeror shall submit their ability (experience/evidence) to meet the solicitation requirements.
    (ii) Delivery of Equipment - The offeror shall provide an estimate of time of delivery once the order is placed.
    (iii) Past Performance - The offeror shall provide a list of three contracts within the last five years from the issuance date of this solicitation that are similar in nature to this requirement. Please list the contract number, government agency or entity, description of equipment, contract dollar amount and POC's information to include email address.
    (iv) Price

    Technical, delivery of equipment and past performance, when combined, are significantly more important when compared to 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

    (x)All Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer.

    (xi)FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition.

    (xii)FAR Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (JAN 2025), applies to this acquisition and the additional FAR clauses cited in the clause are applicable to the acquisition.

    * 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020)
    * 52.204-28 Federal Acquisition Supply Chain Security Act Orders¿Federal Supply Schedules, Governmentwide Acquisition Contracts, and Multi-Agency Contracts (DEC 2023)
    * 52.204-29 Federal Acquisition Supply Chain Security Act Orders¿Representation and Disclosures (DEC 2023)
    * 52.204-30 Federal Acquisition Supply Chain Security Act Orders¿Prohibition (DEC 2023)
    * 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, suspended, Proposed for Debarment, or Voluntarily Excluded (JAN 2025)
    * 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020)
    * 52.219-8, Utilization of Small Business Concerns (JAN 2025)
    * 52.222-3, Convict Labor (JUN 2003)
    * 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 (JUN 2020)
    * 52.222-50, Combat Trafficking in Persons (NOV 2021)
    * 52.225-1, Buy American - Supplies (OCT 2022)
    * 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021)
    * 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024)
    * 52.232-33, Payment by Electronic Funds Transfer-System for Award Management ( OCT 2018)
    * 52.242-5, Payments to Small Business Subcontractors (JAN 2017)

    (xiii)Additional FAR Clauses and Department of Interior Regulations are included in this acquisition:
    * 52.252-2 Clauses Incorporated by Reference (FEB 1998)
    * DIAR 1452.201-70, Authorities and Delegations (SEPT 2011)
    * DOI Electronic Invoicing and Payment Requirements - Invoice Processing Platform System (IPP)(APR 2013)
    * DOI Agency Protests

    Interested parties may request an independent review at a level above the Contracting Officer of protests filed directly with the agency. This review is available as an alternative to consideration of the protest by the Contracting Officer or as an appeal of the Contracting Officer's response to the protest. An interested party may:
    o Protest to the Contracting Officer;
    o Protest directly to the Bureau Procurement Chief without first protesting to the Contracting Officer; or
    o Appeal a contracting officer's decision to the Bureau Procurement Chief.
    o Requests for Bureau Procurement Chief review should be addressed to:

    Brian Schoellkopf, Head of Contracting Activity
    DOI, Bureau of Indian Affairs
    12201 Sunrise Valley Drive
    Mail Stop - 244
    Reston, VA 20191
    o Requesting independent agency review will not extend the Government Accountability Office's (GAO's) timeliness requirements. Any subsequent protest to the GAO must be filed within ten days of knowledge of initial adverse agency action (see 4 CFR 21.2(a)(3).)

    The Offeror is required to submit the warranty documentation for the End Mount Slip On Unit to the Bureau of Indian Affairs, Minnesota Agency.

    (xiv)The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition.

    (xv)Offers are due on Friday, May 30, 2025 at 5:00 PM (CDT) by email. Please email offers to margie.tahdooahnippah@bia.gov.
    (xvi)Contact Margie M. Tahdooahnippah, (612) 968-1446, for information regarding the solicitation.

    Key dates

    1. May 1, 2025Posted Date
    2. May 30, 2025Proposals / Responses Due

    Frequently asked questions

    MINNESOTA AGENCY'S SLIP ON PUMP UNIT is a federal acquisition solicitation issued by DEPARTMENT OF THE INTERIOR. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.