SOLICITATION NOTICE
W -- Lease to own equipment for Fort Simcoe Civilian Conservation Corps
- Notice Date
- 8/9/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Bureau of Reclamation - PNRO 1150 N Curtis Rd, Ste 100 Boise ID 83706
- ZIP Code
- 83706
- Solicitation Number
- 02SQ100390
- Response Due
- 8/27/2002
- Point of Contact
- Becky Young Contract Specialist 2083785107 byoung@pn.usbr.gov
- E-Mail Address
-
Email your questions to Point of Contact above or IDEASEC HELP DESK
(IDEAS_EC@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- The Bureau of Reclamation, Pacific Northwest Regional Office, provides acquisition and administrative support services for the Department of Labor's Fort Simcoe Job Corps Center (FSJCC) in White Swan, WA. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format at Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information in this notice, and with FAR Parts 13, Simplified Acquisition Procedures and 15, Negotiation. This will be best value negotiated procurement. This requirement is full and open competition. The North American Industrial Classification System (NAICS) code for all contract line item numbers (CLIN) is 532412, Construction, and Mining, Forestry Machinery Equipment Rental and Leasing size standard is $6 million. FSJCC has a requirement to obtain a variety of heavy equipment for its student instruction program on a lease-to-own basis with monthly payments. FSJCC anticipates selecting 60 month leases, but requests that responses to this solicitation also include lease schedules for 36 and 48 months. The Government expects the lease to own agreement to include standard commercial practices for maintenance and repair of the equipment if it should be necessary during the leasing period. The evaluation factors will be reviewing the contractor's proposed procedure for standard maintenance and repair services, the time necessary for the contractor to complete standard maintenance and or repair services and price and price related factors. The evaluation factors are in descending order or importance. Responses to this solicitation may be for any or all CLIN=s and may include offers for any or all lease lengths. The Government reserves the right, however, to make an award in the aggregate if the cost savings associated with making separate awards is less than $500. Pricing for the leases offered should show the monthly payment necessary for FSJCC to receive ownership of the equipment item without a residual payment at the conclusion of the lease. Funding for each lease will be obtained annually for each fiscal year. The fiscal year for FSJCC runs from July 1 through June 30 of the following year. The intent is to fund all leases to completion. It is possible, however, that not all leases will receive funding throughout their entire length. It is also possible that additional funding may become available after the commencement of a lease. Terms and conditions for the leases offered should specify any penalty due at the end of each interim fiscal year in the event an equipment item must be returned prior to the conclusion of the lease. Likewise, a buyout amount at the end of each interim fiscal year should be specified in the event additional funding becomes available to complete the purchase of the equipment item. Payment of any penalty amount or payment for an accelerated purchase will be authorized by bilateral modification to the contract resulting from this solicitation. Equipment required is: CLIN 0001 one each hydraulic excavator, track type, weight not-less-than 43,000 lb and not-greater-than 47,000 lb, 24 inch triple semi-grouse shoes, arm length no longer than 7.25 feet, 1.0 to 1.5 cubic yard general purpose bucket with quick release coupler, 6 cylinder engine, enclosed cab with heat and a/c; CLIN 0002 two each truck/tractors, day cab, three axle, 190" to 200" wheelbase, 400 to 500 horsepower diesel engine, broad range 10 speed overdrive transmission, rear end ratio in 3.4 to 4.3 range; CLIN 0003 one each equipment trailer, hydraulic detachable gooseneck, 22 foot deck, air suspension, three axle. The This RFQ incorporates revisions and clauses in effect through Federal Acquisition Circular (FAC) 01-07. The following FAR provisions and contract clauses are incorporated by reference: 52.212 1 Instructions to Offerors Commercial Items (Oct 2000); 52.212-2 Evaluation -Commercial Items; 52.212 3 Offeror Representations and Certifications --Commercial Items (Feb 2002); 52.212 4 Contract Terms and Conditions--Commercial Items (Feb 2002); 52.212 5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders --Commercial Items (Dec 2001). FAR clause 52.212 5 paragraph (b) is tailored to incorporate the following clauses: 52.203-6 Restrictions on Subcontractors Sales to the Government, Alt I; 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8 Utilization of Small Business Concerns; 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns; 52.222 21 Prohibition of Segregated Facilities; 52.222 26 Equal Opportunity (E.O. 11246); 52.222 35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222 36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222 37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-19 Child Labor - Cooperation with Authorities and Remedies (E.O. 13126); 52.225-5 trade Agreements; 52.225-13 Restriction on Certain Foreign Purchases; and 52.232 34 Payment by Electronic Funds Transfer B Other than Central Contractor Registration. NOTE: FAR provision 52.212 3 must be completed and returned with your quote. This provision is available on the Internet at the FAR website at http://www.arnet.gov/far/ or by fax or email request to the contact listed below. Submit quotes to Becky Young by fax at 208-378 5108, by email to byoung@pn.usbr.gov, or by mail to Bureau of Reclamation, Pacific Northwest Region, ATTN: Becky Young PN-3714, 1150 N Curtis Road, Suite 100, Boise, ID 83706 1234. Reference the RFQ number in quotes submitted. Quotes are due August 27, 2002 and must include company name, DUNS number, Taxpayer ID number, contact name, mailing address, physical address if different that the mailing address, telephone number, fax number, and email address.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=BR142510&P_OBJ_ID1=17383)
- Place of Performance
- Address: White Swan, Washington
- Zip Code: 00000
- Country: USA
- Zip Code: 00000
- Record
- SN00137503-W 20020811/020809213717 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |