Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2006 FBO #1650
SOLICITATION NOTICE

F -- Type 6 Engine for Severity Use

Notice Date
6/1/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-NM FARMINGTON DISTRICT OFFICE* 1235 LA PLATA HWY FARMINGTON NM 87401
 
ZIP Code
87401
 
Solicitation Number
GFQ060007
 
Response Due
6/2/2006
 
Archive Date
6/1/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; offers are being requested and a written solicitation will not be issued. Solicitation number GFQ060007 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the current rewrite of the Federal Acquisition Regulations. This is a total small business set-aside under NAICS 561990 with an associated small business size standard of $6.0 mil for government contracting. PSC is F003. CLIN 0001: The Bureau of Land Management, Farmington District Office has a requirement for type 6 engines in support of fire severity. At a minimum, the enigine must be 4x4 and hold at least 225 gallons of water. Assignments could be from 1 day to 14 days in duration, depending on weather conditions. If a significant weather event occurs which decreases the district's need for severity resources, the contractor will be released. Total number of hours not to exceed 750 hours. Hourly Rate $_______________ The provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. By the provision at 52.212-2, Evaluation-Commercial Items, price and technical capability to meet the delivery requirement will be evaluated equally. It is advised that a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items be submitted along with the offer; the provision may also be completed online by accessing http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies. No addenda are enclosed. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses also apply: 52.204-06, Data Universal Numbering System (DUNS) Number; 52.204-07, Central Contractor Registration; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 2.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; and 52.222-36, Affirmative Action for Workers with Disabilities. Service Contract Act applies and Wage Determination No. 1995-0221 Rev No. 16 dated 5/23/2006 is incorporated. Written offers on a company letterhead with contact information are due no later than 3:00 PM on June 2, 2006 by fax (505) 599-8998 or hand delivered to BLM, Farmington District Office, 1235 La Plata Hwy, Farmington, NM 87401 or by electronic mail to Mary_Ann_Crafton-Williams@blm.gov. For additional information pertaining to this Request for Quotation, please contact Mary Ann Crafton-Williams, Contract Specialist, at 505-599-8955. Quotes shall be based on an hourly rate (no guarantee apply) and should reflect costs incurred by the contractor to provide their own meals, lodging, taxes and fuel for the duration of the assignment. Award will be made to the contractor whose quote is most advantageous to the Government, price and past performance being considered. Past performance information may be based on the Governments knowledge of, and previous experience with the contractor as well as the contractor's ability to respond to a 24 hour turn around time. Contractor agrees to show proof of insurance, current CDL, and be able to pass a pre and post inspection per assignment and be equipped per Red Book standards (NWCG Standards). The contractor shall furnish the following: PPE including nomex shirt and trousers 8" lace up leather boots (no steel toes) compliant radio leather gloves hard hat goggles flashlights Fire Shelter B (NWCG approved) canteen with water, one gallon minimum Payment will be made based on an hourly rate established. Payment will be based on the number of hours on shift per day.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1099351)
 
Place of Performance
Address: San Juan County, New Mexico
Zip Code: 87401
Country: USA
 
Record
SN01060788-W 20060603/060601221041 (fbodaily.com)
 
Source
FedBizOpps 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.