Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2007 FBO #2053
SOLICITATION NOTICE

W--W -- Equipment Rental with Operator IDIQ, Anahuac National Wildlife Refuge, Texas

Notice Date
7/9/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Contracting and General Services U.S. Fish & Wildlife Service PO Box 1306, Room 5108 Albuquerque NM 87103
 
ZIP Code
87103
 
Solicitation Number
201817R014
 
Response Due
8/10/2007
 
Archive Date
7/8/2008
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial item services prepared in accordance with the format 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 RFP and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-17. This solicitation is set aside for small business, NAICS 238910, Construction equipment rental with operator, with a small business size standard of $13.0 million average annual gross receipts for the past three years. The U.S. Fish and Wildlife Service, Region 2, has a requirement for equipment rental with operator on an "as needed" basis for various maintenance projects that involve laser leveling/scraper work such as elevating roads, levees and related work. The Government intends to establish an "Indefinite Delivery - Indefinite Quantity " (IDIQ) fixed-price contract, multiple award, with delivery orders being issued Firm Fixed Price for specific timeframes and projects. The contract provides for one-year base period and four one-year options to renew. All interested parties must be registered with the Central Contractor Registration (CCR) at www.ccr.gov as prescribed by FAR 52.204-7. Requests for additional information via e-mail at lisa_rodriguez@fws.gov. This is a "Best Value" Procurement Award. Award will be based on price and offers' past performance/experience. Submissions are due by close of business August 10, 2007 via fax: 505-248-6791 or e-mail: lisa_rodriguez@fws.gov. SCOPE OF WORK: Contractor will provide all needed equipment, labor, and transportation required to provide the service requested. All equipment to be called out and tasks to be performed shall be at the request of the Contracting Officer or a duly authorized Contracting Officer's Representative (COR). All work will be ordered and directed by the COR and shall be accomplished within the times specified for each task. Estimated total contract value over the next five years is <$500,000. EQUIPMENT RENTAL: The contract shall provide one rubber tired four-wheeled drive articulating tractor with not less than 375 S.A.E. drawbar horsepower and a minimum of one laser equipped single 18 yard or larger finishing scrapper system with operator (New Holland TJ375 or equivalent). Work will involve using articulating tractor and scrapper with laser euipment to elevate roads, levees, and leveling of acgricultural fields. Roads and levees will be constructed wide enough to support a tractor and ten foot mower (10-15 foot top width with 3:1 slope) to facilitate future maintenance. All roads and levees will be graded and finished to remove all irregularities to less than 1/10 of a foot or as directed by the COR. All laser leveled fields will be finished smooth to remove all irregularities to less than 1/10 of a foot or as directed by the COR. Refuge staff or cooperators will prepare ground free of 90% organic material to facilitate construction. An initial field set up or laser program will be conducted prior to all leveling of fields. Payment for set or program will be done on a cost per acre basis. WAGES: The work of this contract is subject to the Service Contract Act. Employees must be paid the minimum hourly wage identified in determination no. 2005-2515 for Chambers County, TX dated 05/29/2007. The full text of this determination may be obtained from the contracting officer and is also available at www.wdol.gov. SAFETY AND ACCIDENT PREVENTION: A. The Contractor is required to establish an effective accident prevention program and providing a safe environment for all employees, visitors, and refuge personnel. B. The Contractor shall hold monthly safety meetings and provide notification to the COR of the day and time of the meetings so that he/she may attend. C. Upon request, Contractor must submit proof of employee's qualifications to perform assigned duties in a safe manner. D. In the event of conflicts between Federal, State, and Local safety and healty requirements, the most stringent shall apply. E. Equipment or tools must meet OSHA requirements. Failure to comply with the requirements may result in suspension of work. F. All accidents must be reported to the COR immediately. A reportable accident is defined as death, occupational disease, tramatic injury to an employee or the public, property damage in excess of $100, and fires. Form DI-134 must be completed and submitted to the COR within three days of an accident. Forms are available from the COR. G. Personal protective equipment must be maintained in a serviceable condition and checked daily. Clean, sanitize, and repair equipment as appropriate. H. Contractor is required to provide all necessary traffic barriers, traffic control sighns, markers, flaggers when required during operations. I. Contractor's vehicles and machinery operating on or from the travel way or road shoulder shall have flashing lights, strobes, or rotary beacons operated continously while work is in progress. Truck headlights shall be on while operating. Backup horns shall be required on all self-propelled equipment in excess of 8,000 lbs. gross weight. NOXIOUS WEED PREVENTION: To prevent the introduction of the seeds from noxious weeds onto FWS land, the Contractor shall wash all mechanized equipment thoroughly. This includes the removal of all soil, seeds, vegetative matter or other debris that could contain or hold seeds. The Contractor shall employ whatever cleaning methods are necessary to ensure compliance with the terms of this provision and shall notify FWS prior to moving each piece of mechanized equipment. Cleaning of equipment shall not occur on FWS land. Notification will include identifying the location of the equipment's most recent operation. The FWS will inspect each piece of equipment prior to its being placed into service. If a piece of equipment fails the inspection, the Contractor will be responsible to perofrm whatever methods are necessary to pass upon re-inspection and will bear all costs. PROPOSAL PRICE SCHEDULE: BASE YEAR - September 1, 2007 - August 30, 2008 Item No. 0001 - Rental on an hourly basis of one rubber tired, four-wheeled drive articulating tractor with not less than 375 S.A.E. drawbar horsepower and a minimum of one laser equipped single 18 yeard or larger finishing scrapper system with operator (New Holland TJ375 or equivilent). Operating Rate (Unit Price per Hour) $__________ Move-in (mobilization cost) lump sum $__________ Move-out (demobilization cost) lump sum $__________ Maximum Mobilization Time (calendar days) __________days OPTION YEAR 1 - September 1, 2008 - August 30, 2009 Item No. 0001 - Rental on an hourly basis of one rubber tired, four-wheeled drive articulating tractor with not less than 375 S.A.E. drawbar horsepower and a minimum of one laser equipped single 18 yeard or larger finishing scrapper system with operator (New Holland TJ375 or equivilent). Operating Rate (Unit Price per Hour) $__________ Move-in (mobilization cost) lump sum $__________ Move-out (demobilization cost) lump sum $__________ Maximum Mobilization Time (calendar days) __________days OPTION YEAR 2 - September 1, 2009 - August 30, 2010 Item No. 0001 - Rental on an hourly basis of one rubber tired, four-wheeled drive articulating tractor with not less than 375 S.A.E. drawbar horsepower and a minimum of one laser equipped single 18 yeard or larger finishing scrapper system with operator (New Holland TJ375 or equivilent). Operating Rate (Unit Price per Hour) $__________ Move-in (mobilization cost) lump sum $__________ Move-out (demobilization cost) lump sum $__________ Maximum Mobilization Time (calendar days) __________days OPTION YEAR 3 - September 1, 2010 - August 30, 2011 Item No. 0001 - Rental on an hourly basis of one rubber tired, four-wheeled drive articulating tractor with not less than 375 S.A.E. drawbar horsepower and a minimum of one laser equipped single 18 yeard or larger finishing scrapper system with operator (New Holland TJ375 or equivilent). Operating Rate (Unit Price per Hour) $__________ Move-in (mobilization cost) lump sum $__________ Move-out (demobilization cost) lump sum $__________ Maximum Mobilization Time (calendar days) __________days OPTION YEAR 4 - September 1, 2011 - August 30, 2012 Item No. 0001 - Rental on an hourly basis of one rubber tired, four-wheeled drive articulating tractor with not less than 375 S.A.E. drawbar horsepower and a minimum of one laser equipped single 18 yeard or larger finishing scrapper system with operator (New Holland TJ375 or equivilent). Operating Rate (Unit Price per Hour) $__________ Move-in (mobilization cost) lump sum $__________ Move-out (demobilization cost) lump sum $__________ Maximum Mobilization Time (calendar days) __________days PROPOSAL SUBMITTALS: Offeror shall provide: A. Contract price schedule, to include: i. List of equipment available, with make, model, year of manufacture, machine hours or miles, and hourly operated rental price for each; ii. Move-in (mobilization) price to get articulating tractor to work site; iii. Move-out (demobilization) price. B. A list of operators name(s), experience, and training, as well as any pertinent certifications. C. 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. References must be available for contact by FWS. Proposals shall be considered non-responsive if FWS is not able to readily contact references. D. A completed FAR 52.212-3 or a statement that you have completed ORCA (see below). This information is available at http://www.arnet.gov/far. FAR 52.212-1, Instruction to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Items (The following factors, listed in descending order of importance, will be used to evaluate offers: (1) Price and (2) Offeror's past performance/experience, as supported by documentation and references); FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-6, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with paragraph (b) clauses indicated by number 1, 5, 15, 16, 17, 18, 19, 20, 21, 22, 24, 32, and 34, and with paragraph (c) clauses, indicated by number 1, 2, and 4; FAR 52.216-18, Ordering; FAR 52.216-19 Order Limitations; FAR 52.216-22, Indefinite Quantity; and DIAR 1452.228-70, Liability Insurance (with amounts $100,000 per person, $500,000 per occurrence, and $1 million property damage; the full text of this clause my be viewed at http://www.doi.gov/pam/1452-3.html. In addition, FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, must be completed and submitted with your offer, unless you have completed the online representations and certifications (https://orca.bpn.gov). Prior to award of a contract, the offeror must maintain a current profile in the Central Contractor Registration database (www.ccr.gov). OFFERS ARE DUE ON AUGUST 10, 2007 AT 4:30PM. Offers may be submitted on letterhead or the Standard Form 1449, and must include, at a minimum, unit price for each line item, extended price, proposal submittals as detailed above, prompt payment terms, contract remittance address, DUNS number, federal tax identification number, name, phone number and address of your point of contact, a completed copy of FAR 52.212-3, and the proposed submittals described above. Submit two (2) proposals to: U.S. Fish and Wildlife Service, Division of Contracting & General Services, Attn: Lisa Rodriguez, 500 Gold Avenue, SW, Room 5108, Albuquerque, New Mexico 87102. Amendments to this solicitation will be posted to the FWS electronic commerce website (https://ideasec.nbc.gov).
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144852&objId=361023)
 
Place of Performance
Address: Anahuac National Wildlife Refuge, 509 Washington Street, Anahuac, Texas (Chambers County)
Zip Code: 77514
Country: USA
 
Record
SN01337428-W 20070711/070709221507 (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.