Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2013 FBO #4282
SOLICITATION NOTICE

W -- Rent four (4) Caterpillar D6T Dozers for two (2) months with an option to extend rental for an additional two (2).

Notice Date
8/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-13-T-0041
 
Response Due
8/15/2013
 
Archive Date
10/12/2013
 
Point of Contact
Jason M. Carlock, 601-631-5793
 
E-Mail Address
USACE District, Vicksburg
(jason.m.carlock@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
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. 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; quotes are being requested and a written solicitation will not be issued. Solicitation No. W912EE-13-T-0041 is being issued as a Request For Quote (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-53. The NAICS Code for this procurement is 532412 (SIC 7353) with a size standard of $30,000,000.00. This requirement is set aside 100% for Service Disabled Veteran-Owned Small Business. The USACE, Vicksburg District has a requirement to rent four (4) Caterpillar D6T Dozers for two (2) months with an option to extend rental for an additional two (2). The price shall include delivery. SPECIFICATION FOR RENTAL OF CONSTRUCTION EQUIPMENT 1.0SCOPE. The vendor shall provide monthly rental for a 2 month base period for the equipment listed in the table below. Additional 2 month might be added to the rental time. Equipment offered may be similar or equal to that described as long as equipment performance, horsepower, payload capacity, etc. are not compromised. Vendor offering of bids shall constitute that the equipment will be available by the delivery date provided in the table. EQUIPMENTMODEL BASE RENTALDELIVERY DATE DozerCaterpillar D6T 2 months19 August 2013 DozerCaterpillar D6T 2 months19 August 2013 DozerCaterpillar D6T 2 months19 August 2013 DozerCaterpillar D6T 2 months19 August 2013 2.0Equipment shall be serviced, in good operating condition, and ready for work prior to shipment. The vendor shall be responsible for all repairs incurred during normal operations and shall promptly provide replacement machinery, of equal design specification, in the event that repairs cannot be performed in the field or require downtime in excess of 3 days. Any downtime due to inoperable equipment shall be added back to the end of the rental period. The government will be responsible for routine daily maintenance as required by the maintenance manuals to maintain the equipment in good working order. All equipment shall be equipped with seat belts, back up alarms, and air conditioned operators cab. 3.0LOCATION OF WORK. Deer Park, La. The locations of the construction will be along the main line levee in the Deer Park area south of Vidalia, La. The Coordinates 31degrees 24' 51.9 quote mark North and 91 degrees 34' 58.8 quote mark West is the location of Deer Park. 4.0DELIVERY. The equipment will be transported to the work site and returned to the vendor's facility by the contractor. In the event equipment must be replaced due to equipment failure, the vendor shall be responsible for providing transport of the failed equipment and transport of the replacement. Evaluation Criteria. Requirement shall be awarded to the lowest price technically acceptable offeror. The offer shall be evaluated according to technical acceptability and price. Technical Acceptability - the ability to meet the minimum requirements as specified in this solicitation. To be determined technically acceptable, quoters must provide technical specifications for the equipment they are quoting. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provisions apply to this acquisition: 52.203-3 Gratuities, 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offerors Representations and Certifications- Commercial Items. The following clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items also applies to this acquisition. The following clauses included in 52.212-5 are also applicable to this procurement: 52.203-6 Restriction on Subcontractor Sales to the Government; 52.203-13 Contractor Code of Business Ethics and Conduct; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting, 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.223-18 Contractor Policy to Ban Text Messaging while Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer- System for Award Management. The following Clauses are also applicable to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.204-7004 Alt A, Central Contractor Registration, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010 Levies on Contract Payments. If you are not registered in SAM, an award may be made to your company; however, you will be required to register as soon as possible following award as registration will expedite payment. You may register electronically at https://www.sam.gov. Registering electronically will expedite the registration process. Quotes are due Thursday, 15 August 2013 not later than 12:00 noon via email at jason.m.carlock@usace.army.mil. For information concerning this solicitation contact Jason M. Carlock at 601-631-5793 or via email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-13-T-0041/listing.html)
 
Place of Performance
Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
 
Record
SN03147889-W 20130815/130814000359-c86b1006ea7b2a75347abc387eaf4c79 (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.