Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2006 FBO #1797
MODIFICATION

38 -- Rental of Wheeled Front End Loader

Notice Date
10/26/2006
 
Notice Type
Modification
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of Agriculture, Forest Service, R-5 IBET Province, Tahoe N.F., 631 Coyote Street, Nevada City, CA, 95959-2250, UNITED STATES
 
ZIP Code
95959-2250
 
Solicitation Number
AG-91U9-S-07-0001
 
Response Due
10/27/2006
 
Archive Date
11/10/2006
 
Point of Contact
Carrol Jagger, Contracting Officer, Phone 530-621-5232, Fax 530-621-5258,
 
E-Mail Address
cjagger@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
THIS AMENDMENT TO THE COMBINED SYNOPSIS/SOLICITATION, AG-91U9-S-07-001 CHANGES 3 THINGS: 1) CORRECTS AND CHANGES THE RESPONSE DATE TO OCTOBER 27, 2006 AT 10:00 AM. 2) CHANGES THE MINIMUM GUARANTEE TO ONE (1) MONTH. 3) ADDS FAR CLAUSE 52.232.18 AVAILABILITY OF FUNDS. This is a combined Synopsis/Solicitation as per Part 12 of the FAR. No other solicitation will be issued. RFQ #_AG-91U9-S-07-0001 Contracting Office: ATTN: Carrol Jagger USDA Forest Service IBET Province, Eldorado National Forest 100 Forni Road Placerville, CA 95667 FAX: 530-621-5258 NAICS: 333120 CONSTRUCTION MACHINERY MANUFACTURING SIZE STANDARD: <750 employees SET ASIDE: 100% Small Business Set Aside ISSUE DATE: 10/24/2006 QUOTATION DUE DATE: Thursday, October 27, 2006 by 10:00 AM. ANTICIPATED AWARD DATE: October 30, 2006 The award will be made as a Fixed Price Contract for monthly, weekly and daily rental rates. DELIVERY SCHEDULE: Delivery to be on or before November 6, 2006. Delivery hours are 0730 to 1600, Monday through Friday, excluding Federal holidays. DELIVERY ADDRESS: USDA Forest Service, Foresthill Work Center, 24125 Racetrack Street, Foresthill, CA 95631 Contact consignee 24 to 48 hours in advance to schedule delivery: 530-367-2224 POC: Scott Hussman, Contracting Officer's Representative 530-647-2224 Carrol Jagger, Contracting Officer, Phone: 530-621-5232 Fax: 530-621-5258 ************************************************************************* DESCRIPTION OF ITEM: The intent of this contract is to supply 1 each Wheel Front End Loader for rental;without operator. ITEM SPECIFICATIONS: 2 AND 1/2 TO 3 Yard Bucket. 20,000 pounds to 30,000 pounds gross weight. Greater than 100 hoursepower diesel engine Articulating steering. Less than 25 feet overall length with bucket in lowered position Pricing to include vendor supplied lube interval scheduled service and repairs. GOVERNMENT TO PROVIDE: The government will supply the 8 hour and monthly maintenance, air filters, fuel, daily/weekly greasing and inspections. TYPICAL EQUIPMENT COMPARABLE TO SPECIFICATIONS ABOVE: CAT 928 CAT 930 CAT 938 JD 444 JD 544 CASE 621 CASE 721 KOMATSU 702V ESTIMATED RENTAL TIME: 6 months from date of delivery. ITEM 0001 MONTHLY RENTAL RATE: ______________ WEEKLY RENTAL RATE: ______________ DAILY RENTAL RATE: ______________ MINIMUM GUARANTEE IS FOR 1 MONTH, BALANCE IS SUBJECT TO THE AVAILABILITY OF FUNDS. ACTUAL PERIOD OF TIME MAY VARY. INSTRUCTIONS TO OFFERORS: 1. Update or Register in the Central Contractor Registry (CCR) located at http://www.ccr.gov If vendor is not registered in CCR no award can be made. 2. Either Provide completed printed copy of FAR Clause 52.212-3 Offerors Representations and Certifications---Commercial Items (JUNE 2006), this provision is available at: http://acquisition.gov/far/current/html/FARTOCP52.html#wp340130 or complete the ORCA application at http://www.bpn.gov/ 3. Provide price quote for required item for monthly, weekly, and daily rate. Specify with quote if there is a delivery and/or pick up charge. Be sure contact information is provided with quote. Additional information required is DUNS number and Tax Identification Number. 4. Provide make and model of wheeled front end loader being provided. It is the responsibility of the contractor to provide enough information so evaluators can determine that the make/model being proposed meets and/or exceeds the above specifications. 5. FAX (preferred) or Mail all above material to contacting office number, (530) 621-5258, or at the above address. The Government intends to award without discussion, however if discussions are necessary to obtain the best value, the government reserves the right to open discussions with one or more contractors. The contractor is encouraged to provide their best pricing/offer during the initial quotation. FAR 52.212-2 Evaluation--Commercial Items (Jan 1999) (a) 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 item offered to meet or exceed the Government Specifications. (ii) Ability to meet delivery date of on or before November 6, 2006. (iii) Price The technical criteria above are of equal importance. Technical when combined, are equal to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. ALL REFERENCED CLAUSES AND PROVISIONS ARE INCLUDED IN THIS SOLICITATION AND ANY RESULTING CONTRACT. All the clauses and provisions are available from http://acquisition.gov/far/index.html if you wish to see the full text version. Click on FAR HTML format and select Part 52. All the clauses are in numerical order. ADDITIONAL CLAUSES: 52.232-18 Availability of Funds(Apr 1984) Loss, Damage, or Destruction (a) For property furnished under this contract, the Government will assume liability for any loss, damage or destruction of such equipment, not to exceed fair market value except that no reimbursement will be made for loss, damage or destruction due to (1) ordinary wear or tear, (2) acts of God, or (3) the fault or negligence of the Contractor or the Contractor's agents or employees. FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (JUNE 2006) FAR 52.212-4 Contract Terms and Conditions--Commercial Items. (Sept 2005) FAR 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (AUG 2006) The following paragraphs in FAR 52.212-5 are applicable to this solicitation: (a) (1) and (2); (b) (1), (5)(ii), (7), (9), (14), (16), (17), (18), (19), (23), (26), (31); (c); (d) (1), (2), and (3); and (e) (1)(i-vii) and (2). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-OCT-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USDA/FS/9A63/AG-91U9-S-07-0001/listing.html)
 
Place of Performance
Address: USDA Forest Service Foresthill Work Center 24125 Racetrack Street Foresthill, CA
Zip Code: 95631
Country: UNITED STATES
 
Record
SN01171771-F 20061028/061026223144 (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.