Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2007 FBO #1901
SOLICITATION NOTICE

W -- Rental of Heavy Equipment at Imperial National Wildlife Refuge - Bureau of Reclamation, Yuma Area Office, Yuma AZ

Notice Date
2/7/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Reclamation -Yuma Area Office 7301 Calle Agua Salada Yuma AZ 85364
 
ZIP Code
85364
 
Solicitation Number
07SQ340135
 
Response Due
2/16/2007
 
Archive Date
2/7/2008
 
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 solicitation is issued as a Request for Quotation (RFQ), number 07SQ340135. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-14. This requirement is a Small Business Set Aside under the North American Industry Classification Systems code of 532412; the small business size standard is $6.5 million. The Bureau of Reclamation, Yuma Area Office has a requirement for rental of heavy construction equipment at the Imperial National Wildlife Refuge. The Government anticipates the equipment will be required for 1 month (31 days); with the Option to Extend by 1 month (31 days), if the Option is exercised the rental period will be continuous. Offers are due by 4:00 p.m. MST, Friday, February 16, 2007, to Bureau of Reclamation (YAO-3100/Cordero), 7301 Calle Agua Salada, Yuma AZ 85364. The anticipated rental start date is on or about March 1, 2007. The equipment required is as follows: CLIN 0001, 2 Each, Caterpillar, CAT 330C Excavator, with 60-inch wide digging bucket, and Thumb or Equal; $__________/each/month; OPTIONAL LINE ITEM CLIN 0001A, 2 Each, Caterpillar, CAT 330C Excavator, with 60-inch wide digging bucket, and Thumb or Equal; $_____________/each/month; CLIN 0002, 4 Each, Caterpillar, CAT 735 Haul Truck (Articulating), 35 Ton or Equal; $_____________/each/month; OPTIONAL LINE ITEM CLIN 0002A, 4 Each, Caterpillar, CAT 735 Haul Truck (Articulating), 35 Ton or Equal; $ _________/each/month. Equipment sizes must be as specified. Equipment shall be in good working condition and have an authorized service dealer within 150 miles of the jobsite. Offerors providing an or-equal product shall provide specification sheets or product literature for evaluation by the requesting activity with their proposal submission. The successful offeror will receive a 5 calendar day notice prior to the start date. Mobilization and Demobilization (equipment drop off and pickup) shall be priced separately. Offerors are responsible for all cost associated with the drop off and pickup including all permits, pilot cars, etc. The Government will provide operators, fuel, oil, and normal routine maintenance. The FOB Point is: Destination to Imperial National Wildlife Refuge, 12812 North Wildlife Way, Red Cloud Mine Road, Yuma, AZ 85365. This requirement is being procured under the Commercial Items Test Program at FAR 13.5, as a Small Business Set aside. Effective October 1, 2003, prospective vendors must be registered on the Central Contractor Registration (CCR) site prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information. The provision at 52.212-01, Instructions to Offerors-Commercial Items is applicable. The provision at 52.212-02, Evaluation-Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision. Offers will be evaluated on past performance, technical compliance, and price (including option). Past Performance and technical compliance when combined are less important than price. PROPOSAL SUBMITTALS Offeror shall provide: A. At least three references for recently-completed contracts, including company name, contact person, phone number, e-mail address (if available) and physical address. Highlight federal government contracts and work in remote areas. References must be available for contact by this office. Proposals may be considered non-responsive if this office is not able to readily contact references. B. A completed FAR 52.212-3 (see below). C. TECHNICAL COMPLIANCE: A list of equipment proposed, with make, model, year of manufacture, machine hours or miles, and rental price for each. Past performance will be based on the Contracting Officer's knowledge, contacting provided references, and other reasonable sources. Offerors shall include a completed copy of the provisions at 52.212-03, Offeror Representations and Certifications-Commercial Items, with its offer. Clause 52.212-04, Contract Terms and Conditions-Commercial Items is applicable. Clause 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is applicable, and the following additional FAR clauses cited in the clause are applicable: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, and 52.232-33; and FAR 52.217-7, Option for Increased Quantity-Separately Priced Line Item: The Government may require Item No. 0001A and/or 0002A, identified as option items, in the same quantity. The Contracting Officer may exercise the option either at the time of award or by written notice to the Contractor a minimum of 5 days before the contract expires. Offers are due 4:00 p.m. MST, Friday, February 16, 2007, to Bureau of Reclamation (YAO-3100/Cordero), 7301 Calle Agua Salada, Yuma AZ 85364.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142534&objId=164426)
 
Place of Performance
Address: Yuma, Yuma County, AZ
Zip Code: 85364
Country: US
 
Record
SN01227883-W 20070209/070207221247 (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.