Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
SOLICITATION NOTICE

23 -- Water Trailer

Notice Date
9/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Sierra Cascade Province (Lassen Plumas and Modoc NF's), 2550 Riverside Drive, Susanville, California, 96130
 
ZIP Code
96130
 
Solicitation Number
311901
 
Archive Date
10/3/2009
 
Point of Contact
Jeffrey M. Greis, Phone: (530) 252-6479, Gerri M Laplander, Phone: (530) 252-6462
 
E-Mail Address
jmgreis@fs.fed.us, glapland@fs.fed.us
(jmgreis@fs.fed.us, glapland@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
311901 WATER TRAILER COMBINED SYNOPSIS/SOLICITATION (Updated through FAC 2005-36) This is a combined synopsis/solicitation for a commercial item- water trailer - prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes/offers are being requested and a written solicitation will not be issued. This procurement is for a firm, fixed-priced contract. An award will be made using simplified acquisition procedures in accordance with FAR Part 13, Simplified Acquisition Procedures, as a purchase order for a single water trailer. This RFQ 311901 incorporates by reference FAR provisions and clauses in effect through Federal Acquisition Circular 2005-36, and is a small business set-aside with an associated NAICS code of 336212, Tank Trailer, Liquid, Manufacturing, Size Standard 500 employees. The clauses and provisions referenced in this solicitation may be obtained in full text form at http://www.arnet.gov/far. The requirement is as follows: The USDA Forest Service, Sierra Cascade Province (SCP), Modoc National Forest, requires a single, large water trailer with two tanks, approximately 9,255 total gallons total, for use in watering (dust- reducing) operations in support of (dirt) road repair, excavation, and other activities within the national forest. The trailer must be properly equipped for legal operation on roads and highways and fully compatible for hauling by standard commercial tractors. See the specifications and drawings below for a complete description of the product needed. Commercial, off-the-shelf products, if able, or as a result of modifications are able, to meet the stated needs, are encouraged, and shall be considered. SPECIFICATIONS TRAILER •No longer than 35’ •25,000 lb. or greater axle strength •11-22R-5, 14-ply tires with 11-22-5 steel wheels •7” S-cam air brakes with four (4) type-30 spring brakes •46,000 lb. two-spring suspension •Frame heavy enough to support 80,000 lbs. •Trailer to have All-Seal Beam lights, including backup lights. One (1) backup light on each side and two (2) backup lights on the rear •Suction hose outlets with cam-lock fitting (1) on both sides of the trailer •At least one (1) 10’ suction hose with cam-lock fitting and one (1) 15’ suction hose capable of being coupled together with a basket on one end. •Trailer to have two (2) storage tubes that will hold two (2) suction hoses •At least one (1) storage box on each side for extra fittings/hoses •Trailer to have two (2) chock blocks and chock block holders WATER TANK •Two (2) individual separate water tanks. Front tank to carry no less than 2,000 gallons and the rear tank to carry no less than 7,000 gallons. •Both tanks to be equipped with a manhole on top •Both tanks to have a rust-free coating on inside of tanks •Two (2) rear adjustable sprayers mounted on the lower half of tank, capable of spraying a 15’-wide area •Rear tank to have one (1) 4” rear gravity outlet with cam-lock fittings •Both water tanks plumbed to be filled or emptied individually by pump on the trailer •Water tank bottoms, ends, and baffles are to be no less than ¼” thick •Water tank sides and top no less than 3/16” thick •Both tanks to have at least a 50-gallon primer tank inside •One (1) 3” hydro-fill capable of filling both tanks •Hydraulic-driven water pump •20 GPM hydraulic motor @ 1,800 RPM •3” or 4” suction and 3” or 4” discharge water pump •Pump must be self-priming •All controls to be operable from inside of truck cab •Trailer and tank to be painted Forest Service Green DRAWINGS For copies of the Drawings email Jeff Greis at jmgreis@fs.fed.us or Gerri Laplander at glapland@fs.fed.us. FOB Destination Delivery within 90 days to: Headquarters Modoc National Forest 800 W. 12th St. Alturas, CA 96101 SUBMISSION OF OFFERS: The Forest Service will evaluate the quotes/offers and make an award resulting from this solicitation to the responsible vendor(s) whose quotes/offers conform to this solicitation and determined to be most advantageous to the Government based on ability to meet basic requirements, delivery, and price. Closing date and time for receipt of quotes is September 18, 2009, 5:00 pm, (ET). Mail quotes to: USDA Forest Service Acquisitions, Lassen National Forest, Attn: Jeff Greis, 2550 Riverside Dr., Susanville, CA 96130. Offers may also be sent via fax number 530-252-6408, or email to: jmgreis@fs.fed.us. Include your DUNS and TIN numbers in your quotes. Please also include any drawings, a deliver-by date, and warranty information in your offers. For quotes to be considered, offerors must be registered in CCR (Central Contractor Registration- http://www.ccr.gov/) and include with their offers a completed copy of the Offerors Representations and Certifications, Commercial Items (FAR 52.212-3). NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201, prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at "http://orca.bpn.gov/". Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. Quotes or offers shall contain a statement that the ORCA requirement has been made. The provision “52.212-1, Instructions to Offerors-Commercial”, applies to this acquisition and the following are provided as an addenda to this provision. The provision “52.212-2, Evaluation-Commercial Items”, applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision, are as follows: 1) Technical capability (where technical capability includes the degree to which the proposed product conforms to the drawings and specifications contained in the attached requirements, the capability of the proposed product to meet stated needs, and quality factors such as overall design, strength, and quality of materials); 2) Price; 3) Delivery (deliver-by date); and 4) Warranty. FAR Clause “52.212-4, Contract Terms and Conditions – Commercial Items” applies to this acquisition and includes the following addenda to this clause incorporated in full or by reference. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (AUG 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR 2009) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) __ (4) 52.204-11, American Recovery and Reinvestment Act—Reporting Requirements (Mar 2009) (Pub. L. 111-5). __ (5) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (6) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (7) [Reserved] X (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (9)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. X (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (11)(i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (12) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (13) 52.219-16, Liquidated Damages—Sucontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (14)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (15) 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (16) 52.219-26, Small Disadvantaged Business Participation Program— Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (17) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). __ (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). __ (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (20) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). X (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). X (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). X (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). X (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). X (26) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). __ (27) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (28)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (29) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (30)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. X (31) 52.225-1, Buy American Act—Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (32)(i) 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (33) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (35) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (36) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (37) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (38) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). X (39) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (40) 52.232-34, Payment by Electronic Funds Transfer—Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (41) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (42) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (43)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (Nov 2007) (41 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services—Requirements (Feb 2009) (41 U.S.C. 351, et seq.). __ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records—Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. Technical POC: Jed Parkinson, Forest Engineer, 530-233-8850, jparkinson@fs.fed.us Contracting Officer: Jeff Greis jmgreis@fs.fed.us 2500 Riverside Dr. Susanville, CA 96130 T: 530-252-6479 F: 530-252-6408
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9JNE/311901/listing.html)
 
Place of Performance
Address: Modoc National Forest, 800 W. 12th Street, Alturas, California, 96101, United States
Zip Code: 96101
 
Record
SN01941236-W 20090906/090905000212-eea89745a849f50906736327a54c0c37 (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.