SOLICITATION NOTICE
38 -- Rental of a minimum 75 ton rough terrain hydraulic crane for the period 1 December 2009 through 21 March 2010.
- Notice Date
- 8/24/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- 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-0087
- Response Due
- 9/9/2009
- Archive Date
- 11/8/2009
- Point of Contact
- Carol S. Olson, 651-290-5406
- E-Mail Address
-
US Army Engineer District, St. Paul
(carol.s.olson@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial supplies prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The reference number for this effort is W91ES-09-T-0087 and the solicitation is issued as a request for quotation (RFQ). The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARs) can be accessed on the Internet at http://farsite.hill.af.mil/ This solicitation is set-aside 100% for small business concerns. The associated NAICS code is 238990 and the small business size standard is $14,000,000. This requirement consists of 1 line item (0001 75 TON ROUGH TERRAIN CRANE RENTAL FOR PERIOD 1 DECEMBER 2009 TO 21 MARCH 2010 AT LOCK AND DAM 5, 12554 HIGHWAY 61, MINNESOTA CITY MN 55959, FOB destination. The crane shall have a minimum boom length of 100 feet. Jib would not be needed but is acceptable. The crane shall be capable of lifting 15,000 lbs at a radius of 50 feet with out riggers fully extended. The provisions at 52.204-7 Central Contractor Registration, 52.212-1 Instructions to Offerors Commercial Items, apply to this solicitation. The provisions at 52.212-3, Offeror Representations and Certifications Commercial Items, and 52.219-1, Small Business Program Representations apply to this solicitation. The contractor shall return a completed copy of these provisions with its quotation. A copy of the provisions may be attained from http://www.arnet.gov/far. 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 FAR clauses are applicable to this acquisition. 52.204-4, Printed or Copied Double-Sided on Recycled Paper, 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.217-3 Evaluation Exclusive of Options, 52.217-8 Option to Extend Services, 52.219-28 Post-Award Small Business Program Representation, 52.219-6 Notice Of Total Small Business Set-Aside, 52.219-14 Limitations on Subcontracting, 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, 52.222-36 Affirmative Action for Workers with Disabilities, 52.223-11 Ozone-Depleting Substances, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, 52.233-4 Applicable Law for Breach of Contract Claim, 52.233-3 Protest After Award, 52.247-34 F.O.B. Destination. The following DFAR clauses are applicable to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control of Government Personnel Work Product, 252.204-7004 Alt A, Required Central Contractor Registration, 252.212-7000 Offeror Representations and Certifications-Commercial Items, 252.232-7003 Electronic Submission of Payment Requests, and 252.243-7001 Pricing of Contract Modifications. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. Quotations are due to the St. Paul District Corps of Engineers, 190 East Fifth Street, St. Paul, MN 55101-1638 3:30 PM CDT, September 9, 2009. Faxed or emailed quotes are acceptable. The assigned Specialist, Carol Olson, may be reached at carol.s.olson@usace.army.mil (651)290-5406 or by fax, (651)290-5706. In order for an interested party to have a complete quotation package, the package must also contain the following items: Copy of completed FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONSCOMMERCIAL ITEMS and completed FAR clause 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-09-T-0087/listing.html)
- Place of Performance
- Address: US Army Engineer District, St. Paul Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN
- Zip Code: 55101-1638
- Zip Code: 55101-1638
- Record
- SN01923739-W 20090826/090825001607-fef23b7f40a7fb3b13ed31b03db5e3d8 (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 |