Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2012 FBO #4038
SOURCES SOUGHT

W -- Provo Area Office Heavy Equipment Rental IDIQ - Request for Information

Notice Date
12/12/2012
 
Notice Type
Sources Sought
 
Contracting Office
Bureau of Reclamation - UC - SLC 125 South State St Salt Lake City UT 84138
 
ZIP Code
84138
 
Solicitation Number
R13PS40011
 
Response Due
12/28/2012
 
Archive Date
12/12/2013
 
Point of Contact
Louise Hancock Contract Specialist 8015243756 lhancock@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: This is a Request for Information to determine the availability and potential interest of a contractor or contractors to provide heavy equipment rental to the Bureau of Reclamation (Reclamation). No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The type of solicitation to be issued will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The Provo Area Office Force Account (PAO FA) provides in-house construction services on Reclamation facilities, and on facilities of other federal agencies. These services vary widely from embankment dam repair work to wetland mitigation construction efforts. The location of construction also varies, and may be located anywhere in the 17 western states. The primary zone for construction projects is all of Utah, eastern Colorado, northern Arizona, western Nevada and southern Idaho; however, projects may be completed in any location within the 17 western states. See Attachment 1 - Statement of Work (SOW). The PAO FA anticipates soliciting for and awarding a Commercial (FAR Part 12), Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for equipment rental services. Task Orders are anticipated to be issued with Firm Fixed Prices (FFP). The contractor shall be responsible for furnishing all materials, labor and equipment necessary to deliver, set-up and lease equipment listed in the bid schedule. Duration of the rental will be addressed in each individually issued Task Order (TO). The government will pay freight charges for delivery of any single piece of equipment up to 300 miles, where the need is determined fair, reasonable, and necessary to meet the requirements of the TO. Performance of individual tasks will be accomplished by the issuance of TO's against the IDIQ contract per the contract specifications. The awarded contract and task orders shall constitute the entire agreement including all terms and conditions applicable to the contract. The period of performance of the contract is anticipated to be (5) five years. Contractor(s) may be required to perform work items simultaneously on more than one location is awarded two or more orders. The estimated contract ceiling is not-to-exceed $5,000,000.00. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 532412, Heavy construction equipment rental without operator. Prior Government contract work is not required for submitting a response under the request for information synopsis. It is anticipated that award will be based upon a Best Value to the Government. The estimated solicitation issuance date is approximately February 2013, and the estimated proposal due date to be determined. The official Synopsis citing the solicitation number, and inviting Offerors to register electronically to receive a copy of the solicitation when it is issued is anticipated to be available late January 2013. Offeror's response to this Synopsis shall be limited to 10 pages and shall include the following information: "Offeror's name, address, point of contract, phone number, and e-mail address. "Offeror's interest in bidding on the solicitation when it is issued. "Offeror's capability to meet the requirements. "Offeror's capability to perform a contract of this magnitude and complexity including in-house capability to execute construction; a brief discussion of at least 2 comparable projects performed within the past 5 years to include customer name, timeliness of performance, customer satisfaction, and dollar value of the project. "Offeror's type of small business (if other than large) and Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small (SDVOSB), 8(a) or Woman-Owned Small Business (WOSB)). "Offeror's Joint Venture information is applicable - Existing and potential. "Offeror's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). "Offeror's comments and feedback/questions on Statement of Work (SOW). "Answers to the following questions: 1.Does the Government need to link freight charges to an established fuel pricing index? 2.Are the delivery range restrictions reasonable and the requirements if the offeror does not have equipment available within 300 miles that the offeror would have to use a sub-contractor? 3.Which Region would the offeror be interested in submitting a proposal on; North Region, South Region, or both Regions? Interested Offeror's shall respond to this Request for Information Synopsis no later than 4:00 PM (MST) 28 December 2012. All interested contractors must be registered in the System for Award Management (SAM) government website at www.sam.gov to be eligible for award of Government contracts. Please send your responses to: Bureau of Reclamation Attn; Louise Hancock, UC-847 125 South State St., Room 6107 Salt Lake City, UT 84138-1147 Phone: (801)524-3756 Or email to; lhancock@usbr.gov Interested parties should register on-line and subscribe to receiving procurement announcements related to this Request for Information notice at www.fbo.gov. Any questions related to this notice shall be submitted in writing to the point of contact listed above. Attachments - 1 Statement of Work (SOW)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/62d1c519db64135335e2aff8cf7be9f7)
 
Place of Performance
Address: See Description.
Zip Code: 841381147
 
Record
SN02947175-W 20121214/121212234424-62d1c519db64135335e2aff8cf7be9f7 (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.