SOLICITATION NOTICE
W -- Rent 1 ea of D-8N or D-8R Caterpillar Track Dozer with Shear and Bull Blades or equal. Rental Period: 23 Feb-7 Apr 04.
- Notice Date
- 2/12/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
- ZIP Code
- 99505-0525
- Solicitation Number
- W912CZ-04-T-0020
- Response Due
- 2/18/2004
- Archive Date
- 4/18/2004
- Point of Contact
- Michael Conner, 907-353-6019
- E-Mail Address
-
Email your questions to ACA, Fort Richardson
(michael.conner@wainwright.army.mil)
- Small Business Set-Aside
- N/A
- Description
- (i) This is a combined synopsis/solicitation for rental of a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitat ion; proposals are being requested and a written solicitation will not be issued. (ii) This request for quotation (RFQ) number is W912CZ-04-T-0020. (iii) This RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition C ircular (FAC) 2001-18. (iv) The applicable NAICS is 532412 (v) This RFQ contains one line item: Rent 1 ea of D-8N or D-8R Caterpillar Track Dozer with Shear and Bull Blades or equal. (vi) The Requirements are as follows: Rental Period: 23 Feb 04 through 7 Apr 04. INSPECTION: A government representative will inspect the equipment for damages and acceptability at delivery. Note: Inspection will be documented on DA Form 2404 (Equipment Inspection and Maintenance Worksheet). A copy of the report will be filed with the rental contract at the offices of RCO-AK, Ft. Wainwright (FWA). Upon termination of the rental agreement, a final inspection will be accomplished and documented on DA Form 2404 for file with the rental contract and a copy supplied to RCO-AK FWA along with a Receiving Report for prompt payment of the vendor. DELIVERY/RETURN: Request vendor deliver/pickup equipment at the Ft. Wainwright Main Gate not later than 7:00 a m on the morning of 23 Feb 04. Pickup will be coordinated with the POC. MAINTENAN CE: The government will perform operator-level maintenance to include checking and topping off fluid levels daily and reporting problems to the vendor. The vendor will service the equipment according to his requirements and perform all other required mai ntenance. Equipment will be made available for vendor service between the hours of 0730 and 1630 daily if advanced notification is provided. Service during these hours is not considered downtime. DOWNTIME: The government will notify the vendor immediately, when equipment is not operational. The vendor shall return the equipment to service within 24 hours after notification or provide a like replacement. In the event the vendor cannot repair the equipment nor provide a replacement within 24 hours, the government has the option of extending the rental agreement by the hours of equipment downtime without additional costs or terminating the rental agreement after 24 continuous hours of downtime. Thi s determination will be coordianted in conjunction with RCO-AK FWA Contracting Officer and DPW representative. The Contracting Officer is the only individual authorized to make this decision. Note: A government log of operation and downtime hours will b e maintained to support claims. The log will reflect the date and time of equipment failure and the date and time the contractor??????s contact is advised. DAMAGES: The government is responsible for costs of parts and labor for repairing all damages to the equipment while in government use, except for fair wear and tear. FUEL AND LUBRICANTS: The equipment shall be delivered full of fuel and all liquid levels topped off. The equipment will be returned in the same condition. OPERATING HOURS: The equip ment is expected to be in operation 8-10 hours per day during the rental period. (vii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition, along with the following addenda. (viii) Offers will be evaluated using the following evaluation factors technical acceptable, price and delivery time. Th e contract will be awarded to the offeror that provides the best value to the government. (ix) All offers must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition along with the following addenda: 52.21 9-1, Small Business Program Representations (Apr 2002). All offers must include a completed copy of this provision. (xi) 252.204-7004. Required Central Contractor Registration (Alt 1) 252.212-7001 -- Contract Terms and Conditions Required to Implement St atutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2002) -- The following additional clause(s) cited in this clause are also applicable: 252.225-7001 -- Buy American Act and Balance of Payments Program (Mar 1998) (41 U.S .C. 10a-10d, E.O. 10582). 252.225-7002 Qualifying Country Sources As Subcontractors (Dec 1991) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. T he following additional clauses cited in this clause are also applicable: 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (E.O. 11246) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietn am Era, and Other Eligible Veterans (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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). 52.232-33, Payment by Electronic Funds Transfer-Central Contracto r Registration (31 U.S.C. 3332). (xiii) The full text of clauses and provisions can be accessed at the following web address: http://www.arnet.army.gov/FAR. (xvi) All offers are due to no later than 04:00 PM, Alaska Time, 18 Feb 2004. (xvii) For further in formation contact Michael Conner via facsimile (907) 353-7302, or e-mail: michael.conner@wainwright.army.mil. Submit your quote/offer to: Regional Contracting Offer, FWA, P O BOX 35510, Fort Wainwright, AK 99703, via facsimile or e-mail.
- Place of Performance
- Address: ACA, Fort Wainwright Regional Contracting Office, Alaska, ATTN: SFCA-PRA-AC, PO Box 35510 Fort Wainwright AK
- Zip Code: 99703-0510
- Country: US
- Zip Code: 99703-0510
- Record
- SN00521527-W 20040214/040212212510 (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 |