Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2007 FBO #1942
SOLICITATION NOTICE

W -- Asphalt Paver and operator

Notice Date
3/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
USPFO for Arizona, 5645 East McDowell Road, Phoenix, AZ 85008-3442
 
ZIP Code
85008-3442
 
Solicitation Number
W912L207T0017
 
Response Due
4/4/2007
 
Archive Date
6/3/2007
 
Small Business Set-Aside
Total HUB-Zone
 
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; quotes ar e being requested and a written solicitation will not be issued. The tracking number for this announcement is W912L2-07-T-0017. Contractor to supply all equipment, qualified operator, maintenance support and material necessary to furnish an asphalt paving machine for the ? mile paving project in the Task Force Diamondback (TFD) Area of Operations (AOR). The ? mile paving project is east of the Grand Ave Point of Entry, (POE), in Nogales AZ, from stations 13+ 72.90 to station 47+90.20. The road is a minim um of 12 feet with a base course of 6 and the Asphalt, surface course of 4 with 3 low water crossings that may need upgrades depending on current conditions. The National Guard will have all the prep work done and completed before paving begins. Requir ed dates are from 7:00 a.m. local time on 21 April 2007 thru 7:00 p.m. on 5 May 2007. Contractor will be required to work a minimum 6 day work week. Hours of work will be 7:00 a.m. to 4:00 p.m. Personnel and Asphalt Application. 1. The contractor sha ll supply capable and experienced personnel and suitable Asphalt paver, tracked, with Auger Extensions to allow 20 min paving width, CAT AP-1055D OR EQUIVELANT to perform this work. Quote must specify the exact piece of equipment proposed to include year , make and model along with the name(s) of operators. Pricing shall include a separate line item for equipment rental cost and a separate line item for the operator to include lodging and per diem costs and a separate line item for shipping costs for the paving machine. 2. The National Guard will have the entire ? mile prepared prior to the arrival of the asphalt machine and contractor. 3. The contractor shall also supply replacement parts and any tools required to maintain/rebuild equipment on the as phalt paving machine (i.e. tracks, hoses, etc.). Quote shall specify the ability to perform required maintenance due to equipment failure. 4. The National Guard will request an opportunity to operate the asphalt paver under the supervision of the contra ctor. 5. All road materials to complete the asphalt paving shall be provided by the US Border Patrol. The National Guard will coordinate date and time of deliveries for the materials. 6. All road engineering, on-site construction management support an d survey support will be provided by Michael Baker Engineering, Inc., Phoenix, AZ. 7. Force protection for personnel and security of equipment will be provided by the US Border Patrol. 8. Lodging and food will not be provided but is a responsibility of the contractor. Task Force Diamondback and 201st Red Horse personnel will be responsible for identifying the completion of the project and release of the equipment. Quotes should include mobilization and demobilization costs of the equipment. Also incl ude names and points of contacts of other Government or commercial customers for whom the quoter has performed this or similar work for in the past two (2) years. DUNS AND CCR: DUNS number and statement that the quoter has registered in CCR; In order to r eceive an award, the quoter must be registered in the Central Contractor Registration database at www.ccr.gov, unless an exception applies. This is a HUBZone set-aside restricted acquisition using commercial item procedures in FAR Parts 12 and 13. NAICS code is: 239810, size standard is $13M. This is a solicitation document incorporating Federal Acquisition Regulation (FAR) clauses and provisions that are in effect through Federal Acquisition Circular 2005-15. CLAUSES INCORPORATED BY REFERENCE. 52.211-1 7 Delivery of Excess Quantities, 52.247-34 F.O.B. Destination , 52.208-4 Vehicle Lease Payments, 52.208-5 Condition of Leased Vehicles, 52.208-6 Marking of L eased Vehicles, 52.208-7 Tagging of Leased Vehicles,52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment. A completed, signed copy of FAR 52.212-3 shall be submitted with any quo tation, or a statement that the required certifications have been completed on the ORCA web site. The clauses at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (dated SEPT 2005) and FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (dated NOV 2006) apply to this acquisition. Convict Labor 52.222-3, 52.222-19 Child Labor -- Cooperation with Authorities and Remedies Prohibition Of Segregated Facilities, 52.222-21, 52.222-26 Equal Opportunity, Affirmative Action For Workers With Disabilities, 52.222-36, 52.225-13 Restrictions on Certain Foreign Purchases, 52.228-8 Liability and Insurance - Leased Motor Vehicles, 52.232-33, Payment by Electronic Funds Transfer--Central Contractor R egistration 52.233-3 Protest After Award, 252.204-7003 Control Of Government Personnel Work Product Central Contractor Registration (52.204-7) Alternate A 252.204-7004 Alt A 252.225-7001 Buy American Act And Balance Of Payments Program , 252.232-7010, Levi es on Contract Payments Pricing Of Contract Modifications, 252.243-7001 252.204-7006 BILLING INSTRUCTIONS (OCT 2005), 52.207-4 ECONOMIC PURCHASE QUANTITY--SUPPLIES (AUG 1987), 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS ( NOV 20 06) ALTERNATE II (OCT 2000). 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (MAY 2004) - ALTERNATE I (APR 2002). Evaluation: 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: Technical and past performance. The Quoter must submit relevant documentation for the vehicle offered to adequately support the following: The vehicle meets or exceeds the minimum requirement; The contractor has identified the capability to provide routine maintenance. The quoter must also have an acceptable record of past performance. Technical and past performance, when combined, are significantly more important when combined, when compared to price. 52.232-18 Availability Of Funds. Funds are not presently available for this contract.
 
Place of Performance
Address: USPFO for Arizona Grand Avenue Point of Entry Nogales AZ
Zip Code: 85621
Country: US
 
Record
SN01255099-W 20070322/070320221142 (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.