Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2007 FBO #2037
SOLICITATION NOTICE

W -- Rental of Self-Contained Concrete Truck with operator.

Notice Date
6/23/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
MWR - Black Hills Contracting - Mt Rushmore National Memorial 13000 Hwy 244, Bldg. 31, Suite 1 Keystone SD 57751
 
ZIP Code
57751
 
Solicitation Number
Q6710007A20
 
Archive Date
6/22/2008
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. This acquisition is 100% set aside for small business; the associated NAICS code is 238910 and the small business size standard is $13,000,000. The government will award a firm-fixed-price (FFP) contract, resulting from the solicitation, to the responsible offeror whose offer, conforming to the solicitation, presents the lowest price. 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. The government may elect to award without discussions. The contract for the self-contained concrete truck will be awarded on or about July 11, 2007. REQUIREMENTS: Agate Fossil Beds National Monument requires a self-contained concrete truck with operator. The truck must have the capability to haul dry aggregate and water and be capable of mixing product on site. The truck must have the capability to be loaded on site by a Government provided loader tractor. The truck and operator will be scheduled for work between July 11, 2007 and September 28, 2007. It is estimated that approximately six site visits will be required for two or three days at time, 18 days total for the truck and operator to be on site. The Government will provide the aggregate, water and bonding agent. GENERAL INFORMATION AND CLAUSES: The purchase is a lump sum, Firm-Fixed-Price contract. Actual contract amount will depend on the number of hours/days truck and operator are on site. The magnitude for the purchase is less than $25,000.00. Product Service Code W038, NAICS Code 238910. Paper copies of combined Synopsis/Solicitation will not be issued. The Synopsis/Solicitation can be downloaded at the DOI website (http://www.fedbizopps.gov) on June 23, 2007 and unless amendments are issued extending the solicitation the offers are due by 2:00 pm MST on July 10, 2007. All vendors must be registered in the Central Contractor Registration (CCR), (http://www.ccr.gov) and Online Representations and Certifications Application (ORCA) (https://orca.bpn.gov). Point of Contact for this procurement is Chris Esper, Contract Specialist, 605-574-3153. Email address: chris_esper@nps.gov . The Government reserves the right to cancel this synopsis/solicitation. This announcement does not constitute a solicitation. PROVISIONS - The following clauses apply to this solicitation: FAR 52.252-02 Clauses Incorporated By Reference, FAR 52.212-04 Contract Terms and Conditions - Commercial Items, FAR 52.212-05 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-1, By America Act Supplies, FAR 52.204-6 Data Universal Numbering System (DUNS) Number, 52.204-7 Central Contractor Registration, , 52.243-1 Changes in Fixed Price, 1452.228-70 Liability Insurance - DOI; 52.237-02 Protection of Government Buildings, Equipment , and Vegetation, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.232-8, Discounts for Prompt Payment, FAR 52.204-08, Annual Representations and Certifications, FAR 52.219-01, Small Business Program Representations, FAR 4.1201, Online Representations and Certifications Application (ORCA), FAR 52.204-7, Central Contractor Registration. For full-text version of these provisions, please use the following Internet link; http://www.arnet.gov. PRICING REQUIREMENTS FOR QUOTES - Provide quote for hourly and/or daily rental rate of truck with operator. Price evaluation will be based on the lowest price. All interested offeror's who believe they are capable of providing this service, shall submit their quote to Chris Esper at the address below by 2:00 pm MST on July 10, 2007. Fax quotes will be accepted, fax number 605-574-2307. Any questions regarding this combined synopsis/solicitation must be done in writing by email to chris_esper@nps.gov. Questions of a technical nature need to be directed to Bill Matthews, Maintenance Worker Supervisor, Agate Fossil Beds National Monument. He can be reached by calling 308-668-2211.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2556100)
 
Place of Performance
Address: Agate Fossil Beds National Monument 301 River Road Harrison, NE 69346
Zip Code: 69346
Country: USA
 
Record
SN01326626-W 20070625/070623220329 (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.