Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 11, 2015 FBO #4948
SOLICITATION NOTICE

W -- W-Equipment Rental

Notice Date
6/9/2015
 
Notice Type
Presolicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
BIA NAVAJO 00009 301 WEST HILL ROOM 346 Contracting Office Gallup NM 87301 US
 
ZIP Code
00000
 
Solicitation Number
A15PS00722
 
Response Due
6/11/2015
 
Archive Date
6/26/2015
 
Point of Contact
Johnson, Mary Jane
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Indian Affairs (BIA) is soliciting offers to procure for Equipment Rentals for Division of Transportation, Force Accounts Farmington, NM. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation No. A14PS00722, herein cited is issued as a Request for Quote (RFQ) and will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80. This acquisition is set aside for Small Businesses. The NAICS Code is 532490, Other Commercial and Industrial Machinery and Equipment Rental and Leasing $32.5. Scope of Work: Contractor shall provide all labor, materials, supervision, and incidentals necessary to provide Rental Service for construction projects located in Wheatfields and Lukachuakai, Arizona and Pueblo Pintado, New Mexico. Equipment shall be utilized on an "AS NEEDED" basis with posible numerous delivery and pick instances. All rental times shall be coordinated through the construction Manager who will review equipment for adequacy to the work. Period of Performance Base Year from date of award through June 11, 2015 and Option Year from June12, 2016 to June 11, 2017.. Submit your quote as follows: BASE YEAR: 1.1 each Walk Behind Concrete Saw, 1 8" blade, self propelled 20 horse power 390 ob. weight; 1 each @ $_____ per each x 5 months = $________ 2.1 each Ride on Smooth Drum roller, drum width 35", diesel engine, 3500 lbs.;. 1 each @ $_____ per each x 5 months = $________ 3.1 each Vibratory Plate Compactor, plate size 24"x20", with 3250 compaction force, 168 lbs.; 1 each @ $_____ per each x 5 months = $________ 4.1 each Air Compressor, 185 CFM with 100' hose, diesel powered, air breaking hammers, 60 lbs and 90 lbs. 1 each @ $_____ per each x 5 months = $________ 5.1 each Skidsteer Loader, 60" bucket, 60" & 24" Auger attachment, Breaker hammer attachment and t post driver attachment. 74 horsepower with lift capacity of 2000 lbs. 1 each @ $_____ per each x 5 months = $________ 6.All Applicable Taxes and Delivery $ ______________ SUB-TOTAL $ ______________ OPTION YEAR: 1.1 each Walk Behind Concrete Saw, 1 8" blade, self propelled 20 horse power 390 ob. weight; 1 each @ $_____ per each x 5 months = $________ 2.1 each Ride on Smooth Drum roller, drum width 35", diesel engine, 3500 lbs.;. 1 each @ $_____ per each x 5 months = $________ 3.1 each Vibratory Plate Compactor, plate size 24"x20", with 3250 compaction force, 168 lbs.; 1 each @ $_____ per each x 5 months = $________ 4.1 each Air Compressor, 185 CFM with 100' hose, diesel powered, air breaking hammers, 60 lbs and 90 lbs. 1 each @ $_____ per each x 5 months = $________ 5.1 each Skidsteer Loader, 60" bucket, 60" & 24" Auger attachment, Breaker hammer attachment and t post driver attachment. 74 horsepower with lift capacity of 2000 lbs. 1 each @ $_____ per each x 5 months = $________ 6.All Applicable Taxes and Delivery $ ______________ SUB-TOTAL $ ______________ Rental of the Equipment may vary depending on work in progress so all deliveries must be coordinated with the Construction Manager. Award will be made at a fair and reasonable price to the responsive and responsible offeror whose quote conforming to the requirements herein will be the most advantageous to the Government, price and other factors considered. CONTRACT CLAUSES: The following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (b) of FAR 52.212-5(b), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.225-1 Buy American Act-Supplies; FAR 52.222-3, Convict Labor; FAR 52.211-6, Brand Name of Equal; FAR 52.232-18, Availability of Funds; FAR 52.216-02, Economic Price Adjustment-Standard Supplies; FAR 52.22-41, Service Contract Act 1965; 52.217-5; 52.217-6; 52.217-7; 52.217-8; 52.217-9; 52.232-19.and DIAR clauses are herein incorporated as follows:. 1452.226-70, Indian Preference; 1452.226-71, Indian Preference Program; 1452.280-4, Indian Economic Enterprise Representation; and 1452.204-70, 52.232-40, Providing Accelerated Payment to Small Business Subcontractors. The Federal Acquisition Regulations clauses and provisions are available on the Internet at: http://www.arnet.gov/far or may be requested from the Contracting Officer. Award will be made at a fair and reasonable price to the lowest responsive and responsible offeror whose quote conforming to the requirements herein will be the most advantageous to the Government. Provide DUNS# and Tax ID# with a signed and dated quote, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications ¿Commercial Items and DIAR 1452.280-4, Indian Economic Enterprise Representation. The RFQ is due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Mary Jane Johnson, P. O. Box 1060, Gallup, New Mexico 87305 by, June 11, 2015, 12:00 PM (Local Time, Gallup, N.M.) Physical address: 301 W. Hill Ave., Room. 346, Gallup, NM 87301. Quotes submitted by facsimile at (505) 863-8382 or by email at maryjane.johnson@bia.gov will be accepted. Any further questions regarding this announcement may be directed to Mary Jane Johnson, Contract Specialist, by fax at (505) 863-8382. All contractors submitting quotes must be registered in the SAM.gov, in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the SAM, go to: http://www.SAM.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A15PS00722/listing.html)
 
Record
SN03757591-W 20150611/150609234803-cadbb96d2750ce424a87ef3c00c8cfac (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.