Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2013 FBO #4305
SOLICITATION NOTICE

W -- Bitterroot National Forest Excavator Rental with Compatible Coupler - Schedule of Items

Notice Date
9/5/2013
 
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-1 Western Montana Acquisition Zone (Lolo NF; Flathead NF; Bitterroot NF; Regional Office; Aerial Fire Depot), Building 24, Fort Missoula, Missoula, Montana, 59804
 
ZIP Code
59804
 
Solicitation Number
AG-03R6-S-13-0102
 
Archive Date
10/4/2013
 
Point of Contact
Tina D Mainey, Phone: 406-329-3845, Leo J. Rauch, Phone: (406) 329-3994
 
E-Mail Address
tmainey@fs.fed.us, lrauch@fs.fed.us
(tmainey@fs.fed.us, lrauch@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Schedule of Items and information needed to respond to solicitation. This is a combined synopsis/solicitation for a commercial service item 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; quotations are being requested and a written solicitation will not be issued. Solicitation number AG-03R6-S-13-0102 is issued as a Request for Quotation (RFQ). This solicitation is a total small businesses set-aside. The North American Industry Classification System (NAICS) for this procurement is 532412. The small business size standard is $30.0 million. The contract resulting from this solicitation will be a firm fixed-price contract, awarded for the base period with an option to extend for two (2) additional option periods. For the renewal period(s) the contractor will be given 30 days written notice of intent to exercise the option period. SUMMARY OF WORK Excavator Rental and Compatible Coupler Details Bitterroot National Forest - Watershed Dates Needed: May 1st - Nov 30th (approximate need dates for each rental period) Excavator specifications required : 1. 48,000 to 50,000 lb machine (CAT 320DL or equivalent) 2. Triple grouser track 3. Thumb 4. Zero turn radius Coupler details: 1. Bucket coupler design to accommodate subsoiling grapple rake (see electronic sub-soiler drawing.pdf) - for CAT Quick-coupler w/ wedge lock, or pin-grabber coupler (see coupler details, below). 2. During the Solicitation period, the Bitterroot National Forest will provide for inspection of the Subsoiling Grapple Rake and couplers-allowing interested vendors to determine if their equipment can meet the required coupler details as described above. The implement will be available during business hours from Friday, September 6, 2013 through Friday, Sept. 13, 2013 by appointment only. Contact Cole Mayn (406- 363-7155) or Ed Snook (406-363-7103) to arrange for inspection of the Subsoiling Grapple Rake implement. There will be no formal site visit for this solicitation. Equipment Compatibility Demonstration 1. Contractor will be required to demonstrate Forest Service subsoiling implement functions properly with Contractor's excavator By April 1, 2014. Contractor will arrange demonstration by contacting Project Leader, Cole Mayn, at 406-363-7155. If Contractor has performed these same contract services for the Forest Service this demonstration will be waived. Required Delivery Date and Location : (approximate dates, may be affected by weather, budget, etc.) Base Period: May 1, 2014 1st Option Period: May 1, 2015 2nd Option Period: May 1, 2016 Bitterroot National Forest, 1801 N 1st Street, Hamilton MT 59840 Miscellaneous Information: Written Acceptance Any Contract resulting from this solicitation will require written acceptance within 10 days of receipt by the Contractor. Note : The Economic Price Adjustment clause does not appear in this solicitation. Inspection, Delivery, Warranty Inspection and Test Final Inspection - a final physical inspection and operating check shall be made before delivery. The Contractor shall notify the Inspector before the Excavator is ready for final inspection. Delivery and Pick-up Following final inspection and acceptance, the Contractor shall deliver the Excavator and compatible coupler to the Bitterroot National Forest, 1801 N 1st Street, Hamilton, MT 59840. The Contractor will retrieve same excavator and coupler at the end of the rental period. Equipment Maintenance & Service Service routines (such as oil & filter changes) based on hour usage schedule will be completed by the rental contractor. Daily maintenance items such as greasing, cleaning of air filters, removal of debris, etc. will be completed by USFS operator. Any items identified by USFS operator as needing repair or service during inspections will be immediately reported to the rental contractor. Warranty The Contractor shall guarantee the Excavator and all parts furnished by the Contractor against defective material and workmanship for the rental period of this contract. The Contractor shall furnish the required parts as soon as notified and determine warranty adjustment after receipt of the failed components. The Contractor shall be the source for warranty work regardless of the make of the component. Warranty work must be initiated within 24 hours of notification and repairs shall be completed as timely as possible. Payment Monthly rental payments will be made at the end of each month in arrears as established by the Prompt Payment Act. The awarded contract will be a firm fixed-price contract. The Western Montana Acquisition Zone (WMAZ) serves as the Forest Service contracting office for Western Montana and is located in Building 24, Fort Missoula, Missoula MT 59804. FAR CLAUSES The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-67B. The clauses and provisions referenced in this solicitation can be found in full text format at https://www.acquisition.gov/far/. The FAR provision 52.212-1, Instructions to Offerors - Commercial Items (JUL 2013) applies to this solicitation. The FAR provision 52.212-2, Evaluation-Commercial Items (JAN 1999) apply to this acquisition. Contract award will be made to the offeror offering the best value considering technical capability and price (FAR 13.106-1(2)). The offer must provide pricing on the base period and all option periods to be considered for award. In addition, FAR 52.212-3, Offer Representations and Certifications - Commercial Items (JUL 2013), as applied by SAMM applies to this solicitation. The FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (JUL 2013), and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUL 2013), apply to this acquisition. The clauses and certifications referenced above may be obtained from the following website: https://www.acquisition.gov/far/. FAR 52.212-4 Addendum to - Contract Terms (FEB 2012) Additional FAR Clauses sited in full text: FAR 52.204-13 System for Award Management Maintenance (JUL 2013) (a) Definitions. As used in this clause- "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities, which is used as the identification number for Federal contractors. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at subpart 32.11) for the same concern. "Registered in the System for Award Management (SAM) database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the SAM database; (2) The Contractor has completed the Core, Assertions, Representations and Certifications, and Points of Contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process; and (4) The Government has marked the record "Active". "System for Award Management (SAM)" means the primary Government repository for prospective Federal awardee and Federal awardee information and the centralized Government system for certain contracting, grants, and other assistance-related processes. It includes- (1) Data collected from prospective Federal awardees required for the conduct of business with the Government; (2) Prospective contractor-submitted annual representations and certifications in accordance with FAR Subpart 4.14; and (3) Identification of those parties excluded from receiving Federal contracts, certain subcontracts, and certain types of Federal financial and non-financial assistance and benefits. (b) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis, from the date of initial registration or subsequent updates, its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (c)(1)(i) If a Contractor has legally changed its business name, doing business as name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor shall provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (c)(1)(i) of this clause, or fails to perform the agreement at paragraph (c)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the EFT clause of this contract. (3) The Contractor shall ensure that the DUNS number is maintained with Dun & Bradstreet throughout the life of the contract. The Contractor shall communicate any change to the DUNS number to the Contracting Officer within 30 days after the change, so an appropriate modification can be issued to update the data on the contract. A change in the DUNS number does not necessarily require a novation be accomplished. Dun & Bradstreet may be contacted (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. (d) Contractors may obtain additional information on registration and annual confirmation requirements at http://www.acquisition.gov. FAR 52.217-5 Evaluation of Options (JULY 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). FAR 52.217-8 Option to Extend Services. (November 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. FAR 52.217-9 Option To Extend the Term of the Contract (March 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed forty-two months. FAR 52.232-19 Availability of Funds for the Next Fiscal Year. (April 1984) Funds are not presently available for performance under this contract beyond 11/30/2014. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 11/30/2014, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. FAR 52.326-7 Permits and Responsibilities (NOV 1991) The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. The Contractor shall also be responsible for all damages to persons or property that occur as a result of the Contractor's fault or negligence. The Contractor shall also be responsibilities for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract. Additional AGAR Clauses sited in full text: AGAR 452.246-70 Inspection and Acceptance (a) The Contracting Officer or the Contracting officer's duly authorized representative will inspect and accept the supplies and/or services to be provided under this contract. (b) Inspection and acceptance will be performed at: destination. AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants (FEB 2012) Alternate I (FEB 2012) (a) This award is subject to the provisions contained in sections 433 and 434 of the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, as amended and/or subsequently enacted, regarding corporate felony convictions and corporate federal tax delinquencies. Accordingly, by accepting this award the contractor acknowledges that it - (1) does not have a tax delinquency, meaning that it is not subject to any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, and (2) has not been convicted (or had an officer or agent acting on its behalf convicted) of a felony criminal violation under any Federal law within 24 months preceding the award, unless a suspending and debarring official of the United States Department of Agriculture has considered suspension or debarment of the awardee, or such officer or agent, based on these convictions and/or tax delinquencies and determined that suspension or debarment is not necessary to protect the interests of the Government. (b) If the awardee fails to comply with these provisions, the Forest Service may terminate this contract for default and may recover any funds the awardee has received in violation of sections 433 or 434, amended and/or subsequently enacted. QUOTE SUBMISSION At a minimum, responsible sources shall provide the following: a price quote which identifies the requested items: Excavator Make & Model, Size, Year, Hours of Use (please submit quote on attached Schedule of Items), remittance address, Tax I.D., number, DUNS number, and contact information (including a phone number and email address). Quotes must be received by September 19, 2013 at 4:00 P.M. Mountain Standard Time at the Lolo National Forest,, WMAZ, 24 Fort Missoula, Missoula, MT 59804. Envelopes must be clearly marked with "solicitation AG-3R6-S-13-0102". Quotes may also be emailed to tmainey@fs.fed.us. Faxed quotes will not be accepted. For more information regarding this solicitation, please contact Tina Mainey, (406) 329-3845 or (406) 544-5807.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/03R6/AG-03R6-S-13-0102/listing.html)
 
Place of Performance
Address: Bitterroot National Foreset, 1801 North 1st Street, Hamilton, Montana, 59840, United States
Zip Code: 59840
 
Record
SN03175113-W 20130907/130905235100-b227686f8c9b310c62fd7f25d534b9e5 (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.