Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2005 FBO #1147
SOLICITATION NOTICE

38 -- Heavy Equipment Rental for Low Flow Conveyance Channel Realignment, Priority Site River Mile 113 and 114

Notice Date
1/14/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
BUREAU OF RECLAMATION-SLC 125 South State Street Room 6107 Salt Lake City UT 84138
 
ZIP Code
84138
 
Solicitation Number
05SQ408091
 
Response Due
2/23/2005
 
Archive Date
1/14/2006
 
Small Business Set-Aside
N/A
 
Description
NA 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. 2. Solicitation No. 05-SQ-40-8091. This solicitation is issued as a Request for Quotation pursuant to FAR Subpart 13.5 (Test Program) and FAR Part 12. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26 & 27 (Effective 01 Jan 2005). 4. No set-asides. NAICS code is 532412 (Construction, Mining & Forestry Machinery & Equipment Rental & Leasing). 5. Schedule of Supplies/Equipment See Schedule A "Supplies or Services and Prices/Costs" 6. Description of Items to be leased: Age and capacity of equipment are primary concerns when evaluating 'equivalents'. All items shall meet applicable SAE, OSHA and BOR safety standards. Item 1: CAT or equivalent 631 G series scraper. Quantity required: Three (3) for a period of up to 12 months each but a minimum of at least one month for each of the 3 scrapers. Item 2: CAT or equivalent land track excavator CAT 365 with a 3.5 cy or larger bucket (preferred ditch cleaner but will accept rock) that is capable of reaching 40 feet. The 40 foot reach is the primary requirement. Quantity required: Two (2) for a period of up to 12 months each but a minimum of at least one month for each of the 2 excavators. Item 3: All wheel drive water or tanker truck (articulated) with a 5,000 gallon capacity. The water or tanker truck shall be able to operate in a sandy environment. Quantity required: One (1) for a period of up to 12 months but a minimum of at least one month. Item 4: CAT 740 or equivalent 40 ton or 40 metric ton or larger capacity articulated dump truck. Quantity required: Two (2) for a period of up to 12 months each but a minimum of at least one month for each of the 2 trucks. Item 5: CAT or equivalent D9R Dozer with semi-U blade. Quantity required: One (1) for a period of up to 12 months but a minimum of at least one month. Operations and maintenance of proposed items. All proposed items shall be serviced by the supplier as required by, and in accordance with, the operations and maintenance manual for each piece of equipment. Operations and Maintenance manual shall be included in the cab of each piece of leased equipment. Estimate driving time to jobsite near Soccoro, New Mexico - Interstate 25, mile marker 163, or mile marker 156 plus 10 miles of dirt road. Additional Government Requirements The supplier shall include ROPS, seat belts, fire extinguisher, back up alarm, lights, mirrors, air conditioning, heater, and radio. The government reserves the right to cancel or postpone each item rental or reduce item quantities with a 30 day advance notice so long as the minimum guaranteed rental for each item is achieved. If items proposed become unusable the supplier shall determine the failure within 24 hours notice and if item can't be repaired within 72 hours the supplier shall provide an equivalent loaner acceptable to the government. If there are two or more failures within any 30 day period and the equipment is out of service for at least 48 hours for each occurrence the supplier shall replace equipment with an equivalent unit. 7. Delivery and Acceptance: Lease commences March 14, 2005 and all equipment shall be delivered to jobsite, as described below, on or before that date. The supplier shall transport and unload equipment to jobsite near Soccoro, New Mexico (Interstate 25 mile marker 163, or mile marker 156 plus 10 miles of dirt road) and pickup equipment at same location and return to supplier when notified. Contact Steven Gonzales to arrange for delivery and inspection- (505)835-1202. The supplier shall pass an equipment inspection for all items proposed. If items proposed do not pass government inspection the supplier is responsible for making necessary repairs without cost to the government or shall provide a replacement item that can pass the inspection. If item proposed doesn't pass government inspection, the item shall not be allowed on the government job site. 8. FAR Clause 52.212-1, Instructions to Offerors-Commercial Items (Jan. 2005), applies to this acquisition. Offers shall be submitted on letterhead stationary of offeror and shall include a completed schedule of pricing for all items required by this solicitation (Schedule A "Supplies or Services and Prices/Costs") as well as all items of information required by FAR Clause 52.212-1 (b) -- Submission of Offers. Note also the requirement to furnish DUNS number in 52.212-1(j). There are no addenda to this clause. 9. FAR Clause 52.212-2, Evaluation-Commercial Items, does not apply to this acquisition. 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, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the items offered to meet the Government requirement; (ii) price; (iii) past performance; 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. 10. Offeror shall include a completed copy of the provision at FAR Clause 52.212-3 --Offeror Representations and Certifications--Commercial Items (Jan. 2005), with its offer. 11. FAR Clause 52.212-4-Contract Terms and Conditions--Commercial Items (Oct. 2003), applies to this acquisition. ADDENDUM to Clause 52.212-4(g) - Invoice: The original copy of the invoice shall be furnished to: Mr. Steven Gonzales (S-14) Bureau of Reclamation Albuquerque Area Office 555 Broadway NE, Suite 100 Albuquerque, NM 87102 Telephone: (505) 835-1202 and a copy to: Mr. John Schone (UC-843) Contract Specialist Bureau of Reclamation 125 South State Street, Room 6107 Salt Lake City, Utah 84138-1147 Telephone: (801) 524-3840 12. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (January 2005), applies to this acquisition. In addition to 52.212-5 (a), the following additional clauses cited in 52.212-5 (marked with an X) are also applicable to this acquisition: X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999)(15 U.S.C. 657a). X (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ___ (4) (i) 52.219-5, Very Small Business Set-Aside (June 2003)(Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). ___ (ii) Alternate I (Mar 1999) of 52.219-5. ___ (iii) Alternate II (June 2003) of 52.219-5. ___ (5) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-6. ___ (iii) Alternate II (Mar 2004) of 52.219-6. ___ (6) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003)(15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. X (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (8) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2002)(15 U.S.C. 637 (d)(4)). ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (9) 52.219-14, Limitations on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14)). ___ (10) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (June 2003) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (June 2003) of 52.219-23. ___ (11) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (12) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (13) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004). X (14) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (June 2004) (E.O. 13126). X (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X (17) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). X (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). X (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). X (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). X (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). ___ (22) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000)(42 U.S.C. 6962(c)(3)(A)(ii)). ___ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). ___(23) 52.225-1, Buy American Act--Supplies (June 2003)(41 U.S.C. 10a-10d). ___(24) (i) 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jan 2005)(41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286). ___ (ii) Alternate I (Jan 2004) of 52.225-3. ___ (iii) Alternate II (Jan 2004) of 52.225-3. X (25) 52.225-5, Trade Agreements (Jan 2005) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (26) 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (27) 52.225-15, Sanctioned European Union Country End Products (Feb 2000)(E.O. 12849). ___ (28) 52.225-16, Sanctioned European Union Country Services (Feb 2000)(E.O. 12849). ___ (29) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002)(41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___ (30) 52.232.30, Installment Payments for Commercial Items (Oct 1995)(41 U.S.C. 255(f), 10 U.S.C. 2307(f)). X (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). ___ (32) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999)(31 U.S.C. 3332). ___ (33) 52.232-36, Payment by Third Party (May 1999)(31 U.S.C. 3332). ___ (34) 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a). ___ (35) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. 1241 and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. ________________________________________________ (c) Additional applicable clauses: ___ (1) 52.222-41, Service Contract Act of 1965, as Amended (May 1989)(41 U.S.C. 351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (May 1989)(29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Feb 2002)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreements (CBA) (May 1989)(41 U.S.C. 351, et seq.). ADDENDA to Clause 52.212-5(a) FAR 52.233-2 Service of Protest (Aug. 1996); Address to Contracting Officer, Bureau of Reclamation, Code UC-800, 125 So. State Street. Salt Lake City, UT 84138-1147 WBR 1452.233-80 Agency Procurement Protests-Bureau of Reclamation (Sep 1997) ADDENDUM to Clause 52.212-5-(25) WBR 1452.225-82 Notice of Trade Agreements Act Evaluation-Bureau of Reclamation (Jan 2004) 13. Additional terms and conditions applicable to this acquisition: FAR 52.208-4 Vehicle Lease Payments (Apr 1984) FAR 52.208-5 Condition of Leased Vehicles (Apr 1984) FAR 52.208-6 Marking of Leased Vehicles (Apr 1984) FAR 52.208-7 Tagging of Leased Vehicles (May 1986) FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.228-8 Liability and Insurance - Leased Motor Vehicles (May 1999) FAR 52.247-15 Contractor Responsibility for Loading and Unloading (Apr 1984) DIAR 1452.204-70 Release of Claims (Jul 1996) DIAR 1452.210-70 Brand Name or Equal-Department of the Interior (Jul 1996) 14. Defense Priorities and Allocations System - Not applicable. 15. No numbered notes 16. Submit offers on or before 4:00 PM, MST, February 23, 2005 to: Bureau of Reclamation Attn: Code UC-820 125 So. State Street Room 6107 Salt Lake City, UT 84138-1147 "SEE ATTACHMENT FOR SCHEDULE A"
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142540&objId=147967)
 
Place of Performance
Address: Soccoro New Mexico
Zip Code: 87801
Country: US
 
Record
SN00735392-W 20050116/050114212213 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.