SOLICITATION NOTICE
23 -- Snooper Truck Rental
- Notice Date
- 1/26/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532412
— Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
- Contracting Office
- USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-15-T-1006
- Response Due
- 2/13/2015
- Archive Date
- 3/27/2015
- Point of Contact
- Andre D. Vasseur, 816-389-3435
- E-Mail Address
-
USACE District, Kansas City
(andre.d.vasseur@usace.army.mil)
- Small Business Set-Aside
- Total 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 the Federal Acquisition Regulation (FAR) 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. The solicitation number for this acquisition is W912DQ-15-T-1006 and it is being issued as a Request for Quote (RFQ). The U.S. Army Corps of Engineers, Kansas City District has a need for rental of snooper truck for bridge inspections at various lake properties. The Kansas City District intends to award one or more Blanket Purchase Agreements (BPA) from this combined synopsis/solicitation. As needed, rental of snooper truck will be acquired by placing calls against a BPA. All proposed price lists shall include the description and a price for each product listed by: Daily Rates: Weekly Rates: Monthly Rates: Prices submitted shall remain good through 28 February 2016. Subsequently, prices will be updated annually and remain good for a period of one year. The total ordering capacity under the BPA shall not exceed $125,000.00 and no call issued under any of the BPAs shall exceed $25,000.00. T h e B PA shall be valid for a period of five (5) years or when the total dollar amount of all calls issued under the BPA reaches $125,000.00, whichever comes first. Offerors must include a completed copy of FAR 52.212-3, 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law Fiscal Year 2015 Appropriations with its quote. See Clause below. Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with its quote. This provision is included in this combined synopsis/solicitation. If the offeror has up-to-date representations and certifications in the System for Award Management (SAM) website, then this completed provision is not required to be submitted with the offeror's quote. The required commercial item clauses will be included in the BPA and apply only to orders issued under the BPA. TERMS AND CONDITIONS OF BPA. Per the Federal Acquisition Regulation (FAR) 13.303-3(a), the following terms and conditions are mandatory: 1. Description of Agreement: The supplier shall furnish all services if and when requested by the Contracting Officer (or the authorized representative of the Contracting Officer) during the specified performance period (detailed in the Delivery Information Section) and within the stipulated aggregate amount of ONE HUNDRED TWENTY FIVE THOUSAND DOLLARS AND ZERO CENTS ($125,000.00). 2. Extent of Obligation: The Government is obligated only to the extent of authorized purchases actually made under the BPA. 3. Purchase Limitation: The dollar limitation for each individual purchase order under this BPA is TWENTY FIVE THOUSAND AND NO CENTS ($25,000.00). 4. Individuals Authorized to Purchase Under the BPA: A list of individuals authorized to purchase under this BPA, identified either by title of position, by name of individual or organizational component, will be furnished to the supplier by the contracting officer. 5. Delivery Tickets: All shipments under this agreement shall be accompanied by delivery tickets or sales slips that shall contain the following minimum information: a. Name of supplier. b. BPA number. c. Date of purchase. d. Purchase number. e. Itemized list of supplies furnished. f. Quantity, unit price, and extension of each item, less applicable discounts (unit prices and extensions need not be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show this information). g. Date of delivery or shipment. 6. Invoices: A summary invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period, indentifying the delivery tickets covered therein, stating their total dollar value, and supported by receipt copies of the delivery tickets. Each invoice and/or invoice item (if more than one) will clearly state the BPA call number given by the ordering officer at the time of the call. VENDORS INTERESTED IN RESPONDING TO THIS RFQ MUST SUBMIT THEIR QUOTE ON THE ATTACHED PRICE LIST. Any questions regarding this RFQ must be submitted by e-mail to the point of contact below. The System for Award Management (SAM) is a Federal Government owned and operated free web site that consolidates the capabilities in CCR, ORCA, you were previously registered in CCR and ORCA, your organization's information is already in SAM. You just need to set up a SAM account and migrate your CCR roles. Details on how to do this are included in Attachment 1 with this RFQ. If you have questions about Government procurements in general or need assistance in the preparation of your quote, a local Procurement Technical Assistance Center (PTAC) may be able to help. The Procurement Technical Assistance Program was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To locate a PTAC near you, go to http://www.aptacus.org/new/GovtContracting/find.php. The due date for the receipt of quotes is February 13, 2015. The due date for the receipt of questions in regards to this RFQ is seven (7) calendar days prior to the due date listed. Quotes may be received electronically at Andre.D.Vasseur@usace.army.mil. Adobe (.pdf) or Microsoft Work (.doc) are acceptable formats for submitting quotes. The electronic file must be under 8MB total to ensure it can be received by e-mail. Quotes may also be mailed to the attention of Andre D. Vasseur at the address listed on this solicitation. If you are having any issues submitting your quote, please contact Andre D. Vasseur as soon as possible. The Government reserves the right to cancel this combined synopsis/solicitation at any time. Any questions can be addressed to Andre D. Vasseur at 816-389-3435, but note, all questions must be put in writing and sent to the email listed. 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law Fiscal Year 2015 Appropriations. Include the attached provision in all solicitations that will use funds made available by the Consolidated and Continuing Appropriations Act, 2015 (Pub. L. 113-235}, including solicitations for the acquisition of commercial items under FAR part 12. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-000005) (DEC 2014) (a) In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that- (1) Has 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, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [] is not [] a corporation that has 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, (2) It is [] is not [] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) (End of Synopsis/Solicitation)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-15-T-1006/listing.html)
- Place of Performance
- Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
- Zip Code: 64106-2896
- Zip Code: 64106-2896
- Record
- SN03624588-W 20150128/150126234429-0df641f2619ff633f0bebd5978744091 (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 |