Proposal for the Purchase of Motor Grader.pdf

Agency: Navajo Nation
State: Arizona
Level of Government: State & Local
Category:
  • 38 - Construction, Mining, Excavating, and Highway Mainenance Equipment
Opps ID: NBD16912168941623379
Posted Date: Apr 25, 2024
Due Date: May 10, 2024
Source: Members Only

Navajo Nation Fiscal Recovery Fund Office
BID No. 24-04-3333GC

Attachment Preview

NAVAJO NATION FISCAL RECOVERY FUND OFFICE
INVITATION FOR BID (IFB)
IFB # 24-04-3333GC
FOR PURCHASE OF MOTOR GRADER
USING ARPA FUNDING FOR THE NAVAJO NATION SAWMILL CHAPTER
I. BID INSTRUCTIONS
Bid Proposal shall be delivered, electronically, via email ONLY to the following individual:
Attention: Paulene Thomas, Department Manager II
Division of Community Development ARPA/FRF Office
Administration Building #2, 2nd Floor South
Window Rock, AZ 86515
EMAIL: pthomas@nndcd.org
Bid Proposal shall be provided in the following format:
1. Subject Title of Email shall state: IFB 24-04-3333GC BID FOR PURCHASE OF A
MOTOR GRADER USING ARPA FUNDING FOR THE NAVAJO NATION SAWMILL
CHAPTER”
2. The following documents should be labeled subject to the following name format:
a. Sawmill Motor Grader_(Name of Vendor)_(Name of File)
3. The following documents (files) are required to be submitted as separate file attachments.
Failure to comply with this formatting will subject the bid to being disqualified:
a. Letter of Interest
b. Specifications (Attachment 1)
c. Navajo Nation Suspension and Debarment Form (Exhibit A)
d. W-9 (Exhibit B)
e. Vendor Quote
Navajo Nation businesses bidding under the Navajo Business Opportunity Act shall clearly note
their Priority 1 or Priority 2 status in the letter of interest.
Any bids or portion thereof received after the submittal deadline will not be considered and returned
to the submitting entity.
Bid Questions shall be emailed ONLY in writing to the following individual:
Shawna Ballay
Project Manager
Email: sballay@nndcd.org
The due date for bids is May 10th, 2024, at 5:00 pm, MDT.
II. BID SCHEDULE
Issuance of Invitation for Bids:
Questions on Solicitation
Response to Questions (Formal Addendum):
Bids Due:
Bid Opening:
Notice of Selection:
April 25th, 2024
May 1st, 2024
May 6th, 2024
May 10th, 2024
TBD
TBD
III. BASIS FOR AWARD
1. Completeness of the Bid Proposal, including the completed Suspension and Department and W9
Forms.
2. Proposal meets the specifications defined in Attachment 1
3. Proposal meets all the terms and conditions specified herein, including equipment availability.
IV. REQUIREMENTS/SPECIFICATION
Bidders responding to this solicitation shall ensure the equipment proposed meets the following
requirements:
1. Equipment shall be new.
2. Equipment shall meet the minimum specifications defined in Attachment 1 of this
solicitation. Deviations to these specifications shall be clearly noted in accordance with
paragraph XVII below.
V. WARRANTY
The manufacturer’s published warranty shall be documented in the bid. The price for a 5-year
Extended Warranty must be included as a separate cost item in the response. The Bidder shall explain
the specific coverage of each Warranty, including where maintenance covered under the Warranty will
be performed.
VI. SHIPPING AND DELIVERY
The Motor Grader is expected to be delivered to the Navajo Nation within 90 days after receiving a
signed Purchase Order.
The Navajo Nation shall take delivery of the equipment at the Sawmill Chapter House on the Navajo
Nation, Sawmill Chapter House, Fort Defiance, AZ 86504
At time of delivery, equipment training, vehicle title, warranty, operating manual, and other licensing
documentation shall be included.
Shipping and delivery costs are considered the responsibility of the bidder and shall be included in the
bid proposal.
2|P a ge
IFB#: 24-04-3333GC
VII. INSPECTION AND ACCEPTANCE
Inspection and Acceptance of each equipment shall be performed by the receiving Chapter at time of
delivery. The Bidder(s) shall coordinate three business days in advance of each delivery to ensure the
Chapter will have representatives available to perform the Inspections and Acceptance.
VIII. BUY AMERICAN ACT
The bid shall include a statement in the letter of interest that the equipment complies with the
requirements of the Buy American Act.
IX. FULLY LICENSED DEALERSHIP
Bidders must be an authorized and fully certified licensed equipment dealership that meets all the
standards and qualifications required by the equipment manufacturers. All bidders shall include a
statement certifying their Dealer licensing.
X. PREFERENCE OF NAVAJO AND INDIAN-OWNED BUSINESS
Preference of Navajo and Indian-owned businesses will be given under the Navajo Nation Business
Opportunity Act, 5 NNC §201 et. Seq. and the Navajo Nation Procurement Act 12 NNC §303.
Certification of Navajo Owned Business will be assured by certificate held by the Navajo Business
Regulatory Department. It is the responsibility of the offeror to identify themselves as certified under
the Navajo Nation Business Opportunity Act in the letter of interest. As specified in the previous
paragraph, vendors must demonstrate they are certified dealerships.
XI. PROPRIETY INFORMATION
Any restrictions on the use of data continued within any proposals must be clearly stated in the proposal
itself. Proprietary information submitted in response to this IFB will be handled in accordance with
applicable purchasing procedures. Each and every page of the proprietary material must be labeled or
identified with the word “Proprietary”.
XII. RESPONSE MATERIAL OWNERSHIP
All material submitted in this IFB shall become property of the Navajo Nation and will not be
returned to the business.
XIII. AWARD OF BID REJECTION OF BID
The Navajo Nation reserves the right to accept bids all or in part. At the time of acceptance, the Navajo
Nation also reserves the right to increase or decrease quantities of any item at the same price bid. The
Navajo Nation reserves the right to reject any and all proposals not within the projected budget.
XIV. NOTIFICATION OF AWARD OF BID
Upon Selection, the winning Bidder will be contacted by the Navajo Nation to arrange the formal
contract documents (Purchase Order) to complete the purchase.
XV. NAVAJO NATION SALES TAXES
All goods delivered within the territorial jurisdiction of the Navajo Nation are subject to the six
percent (6%) Navajo Sales TAX. 24 N.N.C §601 et. Seq. These taxes shall be included and itemized
on the FEE schedule for all Bidders.
3|P a ge
IFB#: 24-04-3333GC
Bidders shall apply for exemptions of any Federal, State, and local taxes (including Federal Excise
Taxes (FET)) at their own cost, including obtaining AZ5000 tax exempt forms in AZ, and equivalent
exemptions in NM, Utah, or other US States. The Navajo Nation shall not be responsible for obtaining
or providing tax exemptions.
XVI. WITHDRAWAL OF BID
No bid proposal shall be withdrawn for a period of 90 calendar days after the submission of the bid
without the consent of the owner.
XVII. DEVIATIONS
All specifications listed in Attachment 1 are intended to be the preferred design and performance
requirements. Where deviations from the specification are necessary, Bidder will annotate equivalent
reliability or performance. If there is insufficient room for detailing a deviation, please indicate “see
deviation” and attach, clearly indicating the requirement on any such attachments. Failure to detail all
such deviations will provide a basis for rejections of the entire proposal. Substantial deviations will not
be considered.
XVIII. BILLING AND PAYMENTS
Billing and payment shall conform with all Navajo Nation Procurement procedures. To receive
timely payment, the winning Bidder has an obligation and responsibility to present invoices that are
timely and accurate. The payment procedures established by the Division of Finance shall be
adhered to and are to begin whenever Goods or Services are delivered and accepted.
XIX. DISCLAIMER
Nothing in this IFB is intended to or shall have the effect of waiving Navajo Nation sovereignty.
The Navajo Nation is a sovereign government, and all procurements shall comply with Navajo
Nation laws, regulations, including the Navajo Nation Business Opportunity Act, Navajo Preference
in Employment, and applicable federal laws and regulations.
4|P a ge
IFB#: 24-04-3333GC
Attachment 1
Specifications to Sawmill Chapter CAT 120 Motor Grader Using ARPA Funding
Specs for Sawmill Motor Grader
EQUIPMENT MODEL
Motor Grader (CAT 120JOY or Equivalent)
Minimum Spec Yes
No
OPERATING WEIGHT
OPERATING ENVIRONMENT
33,000LBS
7000' Altitude
ENGINE
Horse Power
Machine Length (W/O Attachments)
Blade Pull
MoldBoard Width
Protection Guards
Cold Engine Start
130 HP
28FT
29,000LBS
14FT
Required
Required
TRANSMISSION
Direct Drive/Auto Shift 8 Speed Forward/6 Speed
Reverse
All Wheel Drive
Protection Guards
Required
Required
Required
CONTROL SYSTEMS
Machine Damage Avoidance System
JoyStick Steering/Operation Controls
Digital Instrument Panel Display
Automatic Depth/Grade Controls
Required
Required
Required
Required
ELECTRICAL
Alternator Amperage
Voltage
Deluxe Halogen Head Lamps and Cab Lighting
Backup Alarm
Maintenance Free Battery
150
24V
Required
Required
1400 CC Amps
OPERATOR COMFORT
Enclosed Climate Control Cab (AC/Heat)
DIgital LED Displays
Air or Spring Suspension seats, adjustable armrests
Heated Rear View Mirrors
Left/Right Cab Ladders
AM/FM Radio with Bluetooth, USB Port
Lockable Cab Doors
Slider Side Window with Wiper
Rear Wiper and Window Screen
Keys - 2 Sets, Remote Keyless Entry
All weather package
Front/Rear Camera
Cold Engine Start
Required
Required
Required
Required
Required
Required
Required
Required
Required
Required
Required
Required
Required
Exceptions
5|P a ge
IFB#: 24-04-3333GC
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >