Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2008 FBO #2393
DOCUMENT

W -- Rental of Heavy Equipment for Levee Raising - RFQS Additional Data

Notice Date
6/13/2008
 
Notice Type
RFQS Additional Data
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
International Boundary and Water Commission, Information Management Division, Acquisition Division, 4171 North Mesa, Suite C-100, El Paso, Texas, 79902
 
ZIP Code
79902
 
Solicitation Number
RFQS-85094181016
 
Archive Date
7/5/2008
 
Point of Contact
Joshua Soto,, Phone: (915) 8324121
 
E-Mail Address
joshuasoto@ibwc.gov
 
Small Business Set-Aside
N/A
 
Description
i) 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. (ii) This Solicitation is being issued as a combination Request for Quote/Solicitation(RFQS). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. (iv) Solicitation is issued as unrestricted competitive, all responsible sources may submit a quote which shall be considered by this agency. The North American Industrial Classification System (NAICS) code is 532412 for Construction, Mining and Forestry Machinery and Equipment Rental and Leasing, with a corresponding small business size standard of $6.5 million in gross receipts averaged for the past three years. (v) Contract Line Item (CLIN) and Specifications are: CLIN 1: Single Pad Drum Vibratory Roller (w/o blade) Fuel Type: Diesel Ride-on Pad Drum Width (min.): 84 inch Centrifugal Force: 27 to 30 Tons CLIN 2: Water Truck Fuel Type: Diesel 4,000 gallons capacity CLIN 3:Pump Fuel Type: Diesel 4” Centrifugal Self-priming Max. Capacity: 650 gal/min @ 25’ head Trailer mounted 4” outlet/inlet Maximum solids: 2” 4” dia. x 20’ suction hose with coupling and strainer 4” dia. x 20’ discharge hose with coupling Contractor shall use twelve months for the lease period when calculating the unit price and shall provide a cost per unit per month. The contractor shall also include the equipment manufacturer, model number and age of the equipment. (vi) Delivery of the rental equipment shall be F.O.B. Destination. Delivery of equipment will be made Monday through Friday, between 7:00 am to 4:00 pm, as directed by the government representative. The items shall be delivered to: IBWC – Las Cruces Field Office, 504 S. Miranda, Las Cruces, NM 88005. (vii) The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition (FAR provisions and clauses are available for review at http://www.arnet.gov/far). ADDENDA for 52.212-01: Elaboration of the paragraphs of the provision is as follows: (b) Submission of offers is expanded to include acceptance of facsimile proposals, reference the provision incorporated by reference, 52.215-05, Facsimile Proposals (Oct 1997); (c) Period for acceptance of offers is 30 calendar days from the date specified for receipt of offers; (h) Multiple awards: Award will be made in accordance with multiple award evaluation procedures at FAR part 14.201-8(c). Individual awards shall be made for the item or combinations of items that result in the lowest aggregate cost to the Government. (viii) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph (a) of this provision is hereby replaced with the following: Award will be made on the basis of the lowest evaluated price of quotation meeting or exceeding the acceptability standards for non-price evaluation factors. The non-price evaluation factors and their acceptability standards are: (1) Technical capability of the item offered to meet the Government requirement; and (2) Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. The USIBWC will evaluate past performance based on contacting references provided by the contractor, the Governments knowledge of offerors past performance, and or references obtained from any other source. Quoters shall provide a minimum of three past contracts/projects completed within the last three years, which is consider similar in nature (include contract amount, title, point of contact, firm name, address, telephone and e-mail address). (ix) Quoters shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Paragraph (i)(1) Listed End Products of the clause has been filled-in with, None Applicable To This Acquisition. (x) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xi) The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following additional clauses cited in 52.212-5 are applicable to this acquisition: 52.203-6, Alt I, 52.217-5, 52.217-8, 52.219-4, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52,222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, and 52.232-33. (xii) The following additional FAR clauses apply to this acquisition: 52.216-18, Ordering (Oct 1995) paragraph (a) is completed to from contract award through twelve (12) month of contract award date; 52.216-19, Order Limitations (Oct 1995) paragraphs are completed (a) 2 vehicles, (b)(1) 2 vehicles, (b)(2) 2 vehicles, (b)(3) 10 calendar days, and (d) 7 calendar days; 52.216-21, Requirements (Oct 1995) paragraph (f) is completed as after 30 days following the expiration of the contract days of twelve (12) months from contract award date; and 52.232-18, Availability of Funds (Apr 1984). (xiii) This solicitation is not a Defense Priorities and Allocations System (DPAS) Rated Order. (xiv) Contractors shall fill out the document “RFQS-85094181016.pdf” attached to this solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a48c70da3e52e08d1ad58a6d37986e37&tab=core&_cview=1)
 
Document(s)
RFQS Additional Data
 
File Name: RFQS Additional Data (RFQS-85094181016.pdf)
Link: https://www.fbo.gov//utils/view?id=2f58c1b8244f04841586924592ff96b6
Bytes: 43.85 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: International Boundary and Water Commission, Las Cruces Field Office, 504 S. Miranda, Las Cruces, New Mexico, 88005, United States
Zip Code: 88005
 
Record
SN01592938-W 20080615/080613215340-a48c70da3e52e08d1ad58a6d37986e37 (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.