SOLICITATION NOTICE
W -- Rental of two loaders
- Notice Date
- 9/17/2006
- Notice Type
- Solicitation Notice
- NAICS
- 532412
— Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
- Contracting Office
- ACA, Fort Drum, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602-5220
- ZIP Code
- 13602-5220
- Solicitation Number
- W911S2-06-T-0091
- Response Due
- 9/22/2006
- Archive Date
- 11/21/2006
- Small Business Set-Aside
- N/A
- 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. The North American Industrial Classification System Code (NAICS) is 532412, and the size standard is $6.5 million. This procurement is a Unrestricted. The pricing must be quoted as follows: NOTE: QUOTE IS FOR A 5 MONTH PERIOD for two loaders and is subject to an early cancellation, weather pending. Contract Line Item 0001 To furnish all plant, labor, materials and equipment necessary to rent two(2) each 5.5 cubic yard four wheeled drive John Deere Loaders Model 744H. Must match exactly in order to attach without modification to a Government owned ramp hog plow. Estimated operation hours 1400 starting 1 November 2006 and ending 1 April 2007. Rental to include road tech 24 hour service to include but not limited to replacement parts, oil and filter changes. To be delivered to Fort Drum, New York. A joint vehicle inspection will be performed at the times of delivery and pickup. Quantity Unit Unit Price Amount 5 Mos $_______ $_______ Contract Line Item 0002- Contractor delivery charge to Fort Drum airfield and pick up at end of rental period. Quantity Unit Unit Price Amount 1 Lump Sum $_______ $_______ Contract Line Item 0003- Chargeable additional hours used over 720 authorized hours. Quantity Unit Unit Price Amount 250 Hours $_______ $_______ This RFQ document incorporates Federal Acquisition Regulation (FAR) provisions and clauses current through Federal Acquisition Circular number 2005-12, effective 4 Aug 2006. Interested parties can view and download all of the referenced provisions and cla uses at the following Internet address: http://farsite.hill.af.mil/. The following FAR provisions and/or clauses apply to this RFQ: 52.204-7 - Central Contractor Registration (CCR), (interested parties are required to be registered in the CCR database whi ch is located at the following internet address: http://www.bpn.gov.), 52.204-8 - Annual Representations and Certifications, (interested parties are required to input their Representations and Certifications into the online representations and certificatio ns application (ORCA) database which is located at the following internet address: http://www.bpn.gov.), 52.208-4 Vehicle Lease Payments, 52.208-5 Condition of Leased Vehicles, 52.208-6 Marking of Leased Vehicles, 52.211-6 Brand Name or Equal, 52.2 12-1 - Instructions to Offerors - Commercial, 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, 52.232-18 Availability of Funds. T he following FAR clauses, cited within clause 52.212-5, are applicable to this acquisition: 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.225-13, and 52.232.33. This RFQ document also incorporates the Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses current to DCN 20060908 edition. Interested parties can view and download all of the referenced provisions and clauses at the followin g Internet address: http://farsite.hill.af.mil/. The following DFARS provisions and/or clauses apply to this RFQ: 252.204-7004 Alternate A., 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following DFARS clauses, cited within 252.212-7001, are applicable to this acquisition: 252.232-7003. Note: Completion of the CCR and ORCA are mandatory requirements for award, failure of interested parties to complete these requirements will be deemed to be non-responsive and thereby make them ineligible for award. Offerors are also required to fill out and return FAR Provision 52.204-8 with the offer. All RFQs are due to Directorate of Contracting, BLDG T-45 West Street, Fort Drum, New York 13602 Not Later Than 09/20/06 at 1200 hours. The quote must include the RFQ number on each page of the quote. Quotes may be submitted via fax at 315-772-8277. 52.232-18 -- Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Governments obligation under this contract 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 Gover nment for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause)
- Place of Performance
- Address: ACA, Fort Drum Directorate of Contracting, 45 West Street Fort Drum NY
- Zip Code: 13602-5220
- Country: US
- Zip Code: 13602-5220
- Record
- SN01146483-W 20060919/060917220155 (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 |