SOLICITATION NOTICE
W -- Heavy Equipment Rental for Toe Drain Repair at Trenton Dam, Trenton, Nebraska.
- Notice Date
- 6/21/2013
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Bureau of Reclamation - UC - Provo 302 East 1860 South Provo UT 84606
- ZIP Code
- 84606
- Solicitation Number
- R13PS49061
- Response Due
- 6/26/2013
- Archive Date
- 6/21/2014
- Point of Contact
- Nathan R Crane Contract Specialist 8013791119 ncrane@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
- (i)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 solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. (ii)The North American Industry Classification System (NAICS) code for this acquisition is 532412, Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing, the small business size standard of which is $30M. (iii)This solicitation, R13PS49060, is being issued as a request for quotation (RFQ). This is not a set aside. (iv) Item No. Description. Qty. Unit. 001 Rental of one CAT 330 Excavator or equal. Equipment similar in size, capacity, and horsepower is considered equal. 5. Weeks 002 Mobilization and Demobilization of one Excavator. 2. Jobs. 003 Rental of one CAT 950 Loader with a 4 cubic yard bucket or equal. Equipment similar in size, capacity and horsepower is considered equal. 5. Weeks. 004 Mobilization and Demobilization of one Loader. 2. Jobs. 005 Rental of one 5 cubic yard Gravel Box. 5. Weeks. 006 Mobilization and Demobilization of one Gravel Box. 2. Jobs. (v)All equipment shall have no more than 3,500 hours on the meter and shall be in excellent working condition. All equipment shall have enclosed cabs with working heat and air conditioning. All equipment shall meet all Federal, State, County, and Local Regulations in which they will be delivered. (vi)If the equipment becomes non-operative, the contractor shall immediately send a mechanic to make any necessary repairs at no cost to the Government. This mechanic will need to be on site within 4 hours of notification to contractor by the Government. If repair is not possible, then the equipment shall be replaced within 24 hours after the contractor is notified by the Government of the breakdown. All rental charges shall be halted until the repairs are completed and the equipment has been returned to excellent operational condition or an acceptable replacement has been received. The Government shall not be charged for normal wear and tear to the equipment. The Government is responsible for damage, other than normal wear and tear, proven to be caused by the Government. (vii)Reclamation projects the rental period will be from 07/06/2013, to 08/09/2013. Reclamation will notify the vendor, in writing, when the equipment is ready for pick up. Rental charges shall be immediately halted upon receipt of this notice and the equipment shall be picked up. Reclamation is not responsible for the equipment after it is called off rent. (viii)All equipment shall be delivered to and picked up from Trenton Dam, Trenton, Nebraska. GPS Coordinates are: 40.173943, -101.06194. Delivery coordination shall be made through Reclamation employees. Contact information will be given upon award. (ix)All questions shall be submitted via email to ncrane@usbr.gov no later than Thursday, 06/12/2013 by 3:00 PM. (x)Offers are due Friday 06/13/2013 by 3:00 PM, local time. Responsible offerors are requested to submit a quote for this requirement. Offers shall be submitted electronically through FedBizOpps or via email to ncrane@usbr.gov. (xi)Point of Contact for this solicitation is Mr. Nathan Crane. He may be reached via email at ncrane@usbr.gov, or by phone at 801-379-1119. The following clauses and provisions, by reference have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also the full text of a FAR clause may be accessed electronically at this address: https://www.acquisition.gov/far/ (xii)52.204-07 Central Contractor Registration (xiii)52.204-13 Central Contractor Registration Maintenance (xiv)52.212-01 Instructions to Offerors - Commercial Items (xv)52.212-1 Instructions to Offerors - Commercial, applies to this acquisition (xvi)52.212-2 Evaluation - Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price (iii) past performance (iv) delivery lead time Technical capability, past performance, and delivery time are approximately equal to price. (b) The Government may also use past performance information obtained from other than the sources identified by the offeror. Information obtained from the Past Performance Information Retrieval System (PPIRS) database located at http//www.ppirs.gov is one of the sources that will be utilized. PPIRS functions as the central warehouse for performance assessment reports received from several Federal performance information collection systems and is sponsored by the DOD EBusiness Office and administered by the Naval Sea Logistics Center Detachment Portsmouth. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (xvii)52.212-3 Offeror Representations and Certifications Note to Offerors: Please include a completed copy of this provision with your offer if your representations and certifications are not complete on https://www.sam.gov. (xviii)52.223-04 Recovered Material Certification (xix)52.225-03 Buy American Act Certificate (xx)52.212-4 Contract Terms and Conditions - Commercial Items (xxi)52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (a) The Contractor shall comply with the FAR clauses in this paragraph (a) 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: 1.52.204-10, Reporting Executive compensation and first-Tier Subcontract Awards. 2.52.209-06, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarement. 3.52.219-28, Post Award Small Business Program Representation. The NAICS Code is 532413, Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing, the small business size standard of which is $30M. 4.52.222-03, Convict Labor. 5.52.222-19, Child Labor - Cooperation with Authorities and Remedies. 6.52.222-21, Prohibition of Segregated Facilities. 7.52.222-26, Equal Opportunity. 8.52.222-36, Affirmative Action for Workers with Disabilities. 9.52.223-18, Encouraging Contractor Policies to Bam Text Messaging while Driving. 10.52.225-03, Buy American Act - Free Trade Agreements - Israeli Trade Act. Alternate I of 52.225-03. 11.52.225-13, Restrictions on Certain Foreign Purchases. 12.52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. (xxii)52.225-18, Place of Manufacture (xxiii)52.232-99, Providing Accelerated Payment to Small Business Subcontractors (xxiv)WBR 1452.211-80, Notice of Intent to Acquire Metric Products and Services (xxv)WBR 1452.215-71, Use and discloser of Proposal Information - Department of the Interior (xxvi)WBR 1452.222-80, Notice of Applicability - Cooperation with Authorities and Remedies - Child Labor (xxvii)WBR 1452.223-82, Protecting Federal Employees and the Public from Exposure Tobacco Smoke in the Federal Workplace (xxviii)WBR 1452.225-82, Notice of Trade Agreements Act Evaluations (xxix)WBR 1452.237-80, Security Requirements (xxx)DIAPR 2012-05, Class Deviation - Limitation with Respect to Felony Criminal Convictions and Tax Debt (xxxi)ET 02-20, Authorized Workers Notice to Potential Bureau of Reclamation Contractors. (a)Definitions. IRCA - Immigration Reform and Control Act of 1986 INA - Immigration and Nationality Act INS - Immigration and Naturalization Service SSA - Social Security Administration INS SAVE Program - The INS Systematic Alien Verification for Entitlements Program ESA - Employment Standards Administration (Department of Labor) (a) Authority. Immigration Reform and Control Act of 1986 (8 USC 1101 as amended) and the Immigration and Nationality Act, Section 274A. (b) Who is Covered. INA includes provisions addressing employment eligibility, employment verification, and nondiscrimination. These provisions apply to all employers, including government contractors. (c) Basic Provisions/Requirements. Under IRCA, employers may hire only persons who may legally work in the U.S., i.e., citizens and nationals of the U.S. and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). Employers must keep each I-9 on file for at least three years, or one year after employment ends, whichever is longer. Detailed guidance on the I-9 is available at the INS web site: http://www.ins.gov/graphics/services/employerinfo/index.htm. (d) Employment Verification Pilot Programs. The INS and the SSA are conducting the following programs that provide employers a way to confirm the employment eligibility of their newly hired employees. Any employer located in a pilot state may volunteer to participate in a pilot program. If employers are not located in a pilot state, they would verify employment eligibility by following the procedures currently in place, i.e., by completing Form I-9. (1) The Basic Pilot is a joint pilot being conducted by the INS and SSA in the States of California, Florida, Illinois, Nebraska, New York, and Texas. This pilot involves verification checks of the SSA and INS databases of all newly hired employees, regardless of citizenship. To receive information on the Basic Pilot program please call the INS SAVE Program toll free at 1-888-464-4218, or fax your request for information to (202) 514-9981, or write to USINS, SAVE Program, 425 I Street, NW, ULLICO Building 4th Floor, Washington, DC 20536. You may also contact the Social Security Administration by calling (410) 966-1940, or writing to Social Security Administration, Office of Program Benefits Policy, 6401 Security Blvd., 760 Altmeyer, Baltimore, MD 21235. (2) The INS is conducting the Citizen Attestation Pilot in the States of Arizona, Maryland, Massachusetts, Michigan, and Virginia. The Citizen Attestation Pilot permits participating employers to electronically verify the employment eligibility of newly hired alien employees by using a personal computer with a modem. To receive information on the Citizen Attestation Pilot program please call the INS SAVE Program toll free at 1-888-464-4218, or fax your request for information to (202) 514-9981. Employers may also write to US/INS, SAVE Program, 425 I Street, NW, ULLICO-4th Floor, Washington, DC 20536. (3) The INS and the SSA are conducting the Machine-Readable Document Pilot in the State of Iowa. The Machine-Readable Document Pilot is identical to the Basic Pilot in all respects, except for the geographic scope of the pilot and for one additional feature. If an employee presents an Iowa's driver's license or identification card containing a machine-readable SSN, the employer will make an inquiry through the confirmation system by using the machine-readable feature. To receive information on the Machine-Readable Document Pilot program please call the INS SAVE Program toll free at 1-888-464-4218, or fax your request for information to (202) 514-9981. You may also write to US/INS, SAVE Program, 425 I Street, NW, ULLICO-4th Floor, Washington, DC 20536. (e) Employee Rights. The INA protects U.S. citizens and aliens authorized to accept employment in the U.S. from discrimination in hiring or discharge on the basis of national origin and citizenship status. (f) Compliance Assistance. More detailed information, including copies of explanatory brochures and regulatory and interpretative materials, may be obtained from local offices of the Department of Labor's Employment Standards Division, Wage and Hour Division, and the Office of Federal Contract Compliance Programs. (g) Penalties/Sanctions. Employers who fail to complete and/or retain the I-9 forms are subject to penalties. The INS enforces the INA requirements on verification of employment eligibility. The Justice Department enforces the anti-discrimination provisions. As part of their ongoing enforcement efforts, the ESA's Wage and Hour Division and Office of Federal Contract Compliance Programs conduct inspections of the I-9 forms. They report their findings to the INS and to the Department of Justice when they find cases of disparate treatment or unauthorized employment. A debarring official may debar a contractor, based on a determination by the Attorney General of the United States, or designee, that the contractor is not in compliance with the INA. The Attorney General's determination is not reviewable in the debarment proceedings. (xxxii)RAC 13-03, Reclamation Invoicing Submission Requirements. Pursuant to the payment terms contained in this contract/agreement, the contractor/recipient shall prepare and submit requests for payments (invoices) by following the instructions as described below: a) To ensure timely processing of invoices under the contract/agreement, the contractor/recipient must submit all invoices to the following e-mail address: ucinvoice@usbr.gov 1.The invoice must be submitted in accordance with these instructions. i. The subject line of the email shall be formatted to read as follows: Contract Number_Invoice Number_Acquisition POC last name (example: R13PC10000_Invoice No. 1234_Smith ii. The Invoice shall be attached to the email and named using the following format: Contract Number_Contractor Name-Invoice Number-Invoice Amount (example: R13PC10000_World Test, Inc.-Inv No. 1234-$5,678.00) 2.A proper invoice shall be submitted in accordance with Item 1 above and shall include the information as required by the payment terms and conditions contained in this contract/agreement. Invoices submitted for an amount which exceeds the total obligated or ceiling amount of the contract, purchase order, task/delivery order or agreement may be rejected. 3.Invoices shall not include information that would compromise Personally Identifiable Information, such as full social security numbers, dates of birth, etc. 4.Final payment under each contract, purchase order task/delivery order will be approved by the Contracting Officer. The final invoice shall be submitted and will be approved in accordance with the payment terms and conditions contained in the contract/agreement, after all, if any, settlement actions are complete. The contractor must clearly identify the last payment as the "Final Invoice".
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7787570a29d84b29260d696d80c98626)
- Place of Performance
- Address: Trenton Dam, Trenton, Nebraska
- Zip Code: 960441905
- Zip Code: 960441905
- Record
- SN03096151-W 20130623/130621234404-7787570a29d84b29260d696d80c98626 (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 |