SOLICITATION NOTICE
38 -- Telehandler lease
- Notice Date
- 8/17/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532412
— Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, St. Paul, US Army Engineer District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
- ZIP Code
- 55101-1638
- Solicitation Number
- W912ES-09-T-0085
- Response Due
- 8/28/2009
- Archive Date
- 10/27/2009
- Point of Contact
- Lisa A. Draves, 651-290-5614<br />
- E-Mail Address
-
US Army Engineer District, St. Paul
(lisa.a.draves@usace.army.mil)
- 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; proposals are being requested and a written solicitation will not be issued. The U.S. Army Corps of Engineers (USACE) St. Paul District intends to award a Firm Fixed Price contract. This requirement consists of leasing a telehandler with a minimum of 10,000 lb lift capacity and a 40 height capacity for Lock and Dam no. 5 dewatering efforts. The solicitation number is W912ES-09-T-0085 and is issued as a request for quotations (RFQ). This solicitation will be issued in accordance with FAR Part 12 and evaluated in accordance with FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36. This procurement is 100 percent set aside for small business. The associated North American Industrial Classification (NAICS) code is 532412 and the business size standard is $7,000,000. This requirement consists of two (2) line items: 0001 Telehandler Rental: Telehandler with minimum of 10,000 lb lift capacity and a 40 height capacity, including setup, test run, operational training, and 24-hour service availability (Unit: Weeks; Quantity: 16); 0002 Delivery: Transportation of the telehandler to and from the Delivery Address (Unit: Lump Sum; Quantity: 1). Delivery will be FOB destination to USACE Lock & Dam #5. 12554 Highway 61, Minnesota City, MN 55959-9756. Period of Performance: 01 December 2009 to 21 March 2010. This combined synopsis/solicitation incorporates one or more clauses and provisions by reference with the same force and effect as if they were stated in full text. Full text provisions and clauses can be viewed at http://farsite.hill.af.mil/. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation Commercial Items, applies to this acquisition. The following text is added to Paragraph (a) of FAR 52.212-2, Evaluation of Offers: (i) technical capability of the item offered to meet the Government requirement (ii) price, and (iii) past performance. Technical and past performances, when combined, are less important than price. The provisions at 52.212-3 (Alt I), Offeror Representations and Certifications Commercial Items; and 52.219-1, Small Business Program Representations, apply to this acquisition. Offerors shall submit a completed copy of these provisions or proper ORCA certifications. The Online Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. 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 clauses identified in 52.212-5 are considered applicable to this acquisition: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, and 52.232-33.Additional FAR and Department of Defense FAR Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7, 52.209-6, 52.217-6, 52.222-50, 52.233-3, 52.233-4, 52.247-34, 52.252-1, 52.252-2, and DFARS 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7004 (Alt A), 252.204-7006, 252.212-7001, 252.232-7003, 252.232-7010, 252.243-7001, and 252.247-7023 (Alt III).Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable. Numbered Note 1 applies to this acquisition. All responsible sources that can meet the requirements may respond to this solicitation. Offerors must submit the following to be considered responsive and have a complete quote (1) a completed quote with pricing information for each ITEM and acknowledgment of any Amendments; (2) completed copies of the provisions at FAR 52.212-3 (Alt 1) and 52.219-1 or indicate if representations and certifications have been completed electronically via the Online Representations and Certifications Application (ORCA) website at http:// orca.bpn.gov. Offerors must be registered in the Central Contractor Registry located at www.ccr.gov prior to contract award. Offers are due no later than 12:00 p.m. (CST) on 28 August 2009. Interested sources may contact Lisa Draves at lisa.a.draves@usace.army.mil for a copy of the solicitation package. Offers may be submitted to lisa.a.draves@usace.army.mil, faxed (attn: Lisa Draves, 651-290-5706), or mailed to U.S. Army Corps of Engineers, St. Paul District, Attn: Lisa Draves, Contracting Division, 190 5th Street East, Suite 401, St. Paul, MN 55101-1638. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. A determination by the government to not award based on the responses to this solicitation is solely within the discretion of the government. Responses and questions are to be emailed to Lisa Draves at lisa.a.draves@usace.army.mil. Telephonic inquiries will not be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-09-T-0085/listing.html)
- Place of Performance
- Address: US Army Engineer District, St. Paul Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN<br />
- Zip Code: 55101-1638<br />
- Zip Code: 55101-1638<br />
- Record
- SN01914274-W 20090819/090818000855-6a443e10438fbe8bd510cc1462775751 (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 |