Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2012 FBO #3945
SOLICITATION NOTICE

W -- Construction Equipment Rental Blanket Purchase Agreement (BPA) - Attachments

Notice Date
9/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of Agriculture, Forest Service, R-4 SW Idaho/Nevada Acquisition Center, 1249 S. Vinnell Way, SUITE 200, Boise, Idaho, 83709, United States
 
ZIP Code
83709
 
Solicitation Number
AG-0261-S-12-0091
 
Point of Contact
Margaret S. Schafer, Phone: 7028395575
 
E-Mail Address
msschafer@fs.fed.us
(msschafer@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
Attach 4 Attach 3 Attach 2 Attach 1 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. Solicitation Number AG-0261-S-12-0091 is issued as a Request for Quote (RFQ) and is being advertised as Full and Open. The award will be a Firm Fixed Price Blanket Purchase Agreement. Multiple awards are anticipated. Award date is expected to be on or around October 1, 2012. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-60. The NAICS code assigned to this project is 532412 Construction, Mining and Forestry Machinery and Equipment Rental and Leasing and the size standard is $5,000,000. The USDA Forest Service - Humboldt-Toiyable National Forest has a recurring need for rental of various types of construction equipment for projects located in the Spring Mountain National Recreation Area Mount Charleston vicinity, near Las Vegas, Nevada. The Humboldt-Toiyable NF intends to award multiple Blanket Purchase Agreements (BPAs) from this Combined Synopsis/Solicitation. As needed, equipment will be acquired by placing calls against a BPA. The contractor is responsible for supplying and delivering all equipment listed under each BPA. Delivery locations will be determined prior to the placement of each call. The TOTAL ordering capacity for ALL BPAs issued shall not exceed $150,000. Each BPA shall be valid for a period of one year or until the SUM TOTAL dollar amount of ALL calls issued under ALL BPAs reaches $150,000, whichever comes first. Offeror's submitting prices should refer to Attachment 1 - Rental Equipment Description, Specifications, and Requirements and Attachment 2 - Schedule of Items. Prices submitted shall remain in effect for One full year from date of award. All questions must be in writing by email to msschafer@fs.fed.us and must be received by the Contracting Officer no later than 1 P.M PST, Monday, September 17, 2012. All responses to questions will be posted by way of an amendment to this combined synopsis/solicitation to the FEDBIZOPS website no later than 1 P.M PST, Thursday, September 20, 2012. The selected Offeror(s) must comply with the following commercial item terms and conditions. 52.212-1 - Instructions to Offerors applies to this acquisition. FAR 52.212-2 - Commercial Item Evaluation Factors applies to this acquisition and are defined below. The selected Offeror(s) must submit a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications and the Addendum found in Attachment 3. FAR 52.212-4, Contract Terms and Conditions - Commercial Items with Addendum listed below; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, paragraph (a). The clauses identified in paragraph (b) are included in the Attachment 4 - Addendum "Additional Terms and Conditions" included in this posting. The full text FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Addendum to 52.212-2 - Commercial Item Evaluation Factors, are listed below: Technical Factors (non-cost) Factor 1 - Meets Minimum Specifications (Attachment 1) Factor 2 - Past Performance Cost or Price Factors Factor 3 - Price In response to this RFQ, Offerors should submit the following: 1. List of equipment being offered to include: a) Equipment Type to include Model and Make, b) Equipment Description to include capabilities, and c) Equipment Condition, and d) Delivery Response Time for Equipment once order is placed. (Attachment 1) 2. Completed Schedule of Items (Attachment 2) 3. Three past performance reference to include: a) Company Name, b) Point of Contact, c) Phone Number of Contact, and d) Type of Equipment provided. 4. Completed FAR 52.212-3 - Offeror Representations and Certifications ( plus Addendum found in Attachment 3). Addendum to FAR 52.212-4, Contract Terms and Conditions - Commercial Items - Listed below: EXTENT OF OBLIGATION - The Government is obligated only to the extent of authorized purchases actually made under this BPA by authorized individuals. Funds are obligated when an authorized BPA Order is placed pursuant to this BPA. Each authorized purchaser is obligated only to the extent of the obligation of the issued BPA order that is actually placed under this BPA. PURCHASE LIMITATIONS - Minimum call order amount is $2,500 for each call order and total call orders combined under all BPAs shall not exceed the simplified acquisition threshold. DELIVERY TICKETS - All completed call orders under this agreement shall be accompanied by delivery tickets or sales slip that shall contain the following minimum information: a) Name of Contractor; b) BPA number; c) Date of order; d. Order number; e) Itemized list of equipment furnished including mobilization and pickup cost; f) Quantity, unit of issue (hourly, daily, weekly, monthly), unit price and extensions of each item, less applicable discounts; g) Date and location of equipment delivery; h) Name of Ordering Official placing order. INVOICES - A summary invoice shall be submitted to the Contracting Officer at least monthly or upon expiration of this BPA for all deliveries made during each billing period. Copies of individual delivery tickets issued during each billing period are required support for each invoice. ORDERING OFFICIALS - All individuals designated as authorized Ordering Officials will be provided to the BPA holders at time of award. In order to be considered for award vendors must be registered in System of Award Management (SAM) database and have current Online Representations and Certifications (ORCA). Solicitation closing date is September 25, 2012. All quotes must be received by 1 P.M. PST. No FAX or email responses to this solicitation will be accepted. Offerors shall submit 2 copies of their quote and the Representations and Certification (FAR 52.212-3) plus addendum in person or by mail to the following address: USDA Forest Service Humboldt-Toiyabe NF ATTN: Marge Schafer 4701 N. Torrey Pines Drive Las Vegas, NV 89130
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/261/AG-0261-S-12-0091/listing.html)
 
Place of Performance
Address: 4701 N. Torrey Pines Dr., Las Vegas, Nevada, 89130, United States
Zip Code: 89130
 
Record
SN02875439-W 20120912/120911000447-bb7d58ea3c7b1ed1de6ff8d3fa01eb1b (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.