Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2008 FBO #2498
SOLICITATION NOTICE

W -- Heavy Equipment Rental

Notice Date
9/26/2008
 
Notice Type
Presolicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Air Ground Combat Center 29 Palms - RCO, M67399 MARINE CORPS AIR GROUND COMBAT CENTER 29 PALMS-RCO Twentynine Palms, CA
 
ZIP Code
00000
 
Solicitation Number
M6739909Q0003
 
Response Due
10/1/2008
 
Archive Date
10/16/2008
 
Point of Contact
SGT Christopher Lynch 760-830-6850 Sgt Christopher Lynch, 760-830-6850
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation (MSR Road Project) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is being issued as a request for quotation (RFQ). RFQ # M67399-09-Q-0003 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. This is a restricted purchase set aside 100% for small business concerns. The North American Industry Classification System Code (NAICS) is 532412. The Standard Industrial Classification Code (SIC) for this order is 7353. The small business size standard is $7.0 MIL. The Federal Supply Classification (FSC) for this order is W025. This solicitation is for the rental of heavy equipment for an upcoming range project. The equipment for CLIN 0001 - CLIN 0005 will be leased from October 6, 2008 to November 28, 2008. All equipment wheels must have 50% of tire tread wear or better, and all cabs must be enclosed with air conditioning/heating. Offerors must quote a flat rate vice hourly rate. All CLINs must be delivered to MCAGCC/MCAGTFTC, Building 2155 (RTAMS), 29 Palms, CA on October 6, 2008 at 0700 and picked up at the same location at 1600 on November 28, 2008. The following includes the size and the quantity of what is needed, please note that the bare minimums are listed. All items quoted must meet or exceed requirements: CLIN 0001- Qty: 1: 160H CAT road grader with rippers. Enclosed cab with air conditioning/heating. All tires need to have at least 50% tread wear or better.CLIN 0002- Qty: 1: 35-ton articulated rock dump truck with enclosed cab with air conditioning/heating. All tires need to have at least 50% tread wear or better.CLIN 0003- Qty: 1: 8000-gallon articulated water truck with fire hydrant hose, fire hydrant wrench, and all tires with at least 50% tread wear or better. Enclosed cab with air conditioning/heating.CLIN 0004- Qty: 1: 966G CAT front end loader or equal with enclosed cab, air conditioning/heating, 4 to 5 yard combo bucket, with quick connect hydraulic pallet forks. All tires need to have at least 50% tread wear or better.CLIN 0005-Delivery and pick up charges. Place of contract delivery will be Marine Corps Air Ground Combat Center (MCAGCC)/Marine Corps Air Ground Task Force Training Command (MCAGTFTC), Building 2155 (RTAMS), Twentynine Palms, CA. The winner of this award is required to be registered with, understand, and invoice through Wide Area Workflow. The Government intends award a contract resulting from this solicitation to the responsible/responsive offeror whose proposal conforming to the solicitation will be the most advantageous to the Government. The Government intends to make a single award. The following factors shall be used to evaluate the quotations: (1)Price. (2)Delivery - ability to deliver requested items by October 6, 2008 and supply all equipment through November 28, 2008. Ability to pick up vehicles at 1600 on November 28, 2008. Offerors must include estimated delivery on quotes, expressed as days after receipt of award. *** It is very important that offerors follow all provided instructions. *** Include DUNS, CAGE code, and TIN with your quote, and indicate the make and model of all items quoted. Provide all pictures and specifications of requested item or items when quoting. Questions or concerns may be directed to Sgt Christopher Lynch, 760-830-6850 (voice), 760-830-6353 (fax), or email to christopher.a.lynch2@usmc.mil. Quotes will be accepted by fax, email, or FedEx/courier service and are due by 12:00 PM PDT on October 1, 2008. The offeror bears the burden of ensuring that all portions of the quote reach the designated office before the closing deadline. Quotes may be submitted to:FAX: 760-830-6353EMAIL: christopher.a.lynch2@usmc.milFED EX/HAND-CARRIED: Base Contracting Office, ATTN: Sgt Christopher Lynch, Marine Corps Air Ground Combat Center (MCAGCC)/Marine Corps Air Ground Task Force Training Command (MCAGTFTC), Bldg 1102, Door 22, Twentynine Palms, CA 92278. Note: The complete provision at the Federal Acquisition Regulation (FAR) 52.212-3 must accompany bid submittal. The Following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation provisions and clauses are applicable to this acquisition. All provisions and clauses may be found at the following website: http://farsite.hill.af.mil/ FAR:52.204-3, 52.204-7, 52.211-6, 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.222-23, 52.222-25, 52.232-18, 52.247-29, 52.247-34, 52.252-2, and 52.212-5 with the following clauses: 52-219-6, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.232-33.DFARS: 252.204-7004 (Alt A), 252.211-7003, 252.225-7000, and 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAR 2008) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. ___ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) ___ 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). (2) ___ 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (APR 2007) (15 U.S.C. 637). (3) ___ 252.219-7004, Small Business Subcontracting Plan (Test Program) (APR 2007) (15 U.S.C. 637 note). (4) _X__ 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582). (5) ___ 252.225-7012, Preference for Certain Domestic Commodities (MAR 2008) (10 U.S.C. 2533a). (6) ___ 252.225-7014, Preference for Domestic Specialty Metals (JUN 2005) (10 U.S.C. 2533a). (7) ___ 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools (JUN 2005) (10 U.S.C. 2533a). (8) ___ 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (MAR 2006) (Section 8065 of Public Law 107-117 and the same restriction in subsequent DoD appropriations acts). (9) ___ 252.225-7021, Trade Agreements (MAR 2007) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). (10) ___ 252.225-7027, Restriction on Contingent Fees for Foreign Military Sales (APR 2003) (22 U.S.C. 2779). (11) ___ 252.225-7028, Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755). (12)(i) ___ 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (MAR 2007) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). (ii) ___ Alternate I (OCT 2006) of 252.225-7036. (13) ___ 252.225-7038, Restriction on Acquisition of Air Circuit Breakers (JUN 2005) (10 U.S.C. 2534(a)(3)). (14) ___ 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Pub. L. 107-248 and similar sections in subsequent DoD appropriations acts). (15) ___ 252.227-7015, Technical Data--Commercial Items (NOV 1995) (10 U.S.C. 2320). (16) ___ 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321). (17) _X__ 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports(MAR 2008) (10 U.S.C. 2227). (18) ___ 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (19) ___ 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). (20)(i) ___ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (ii) ___ Alternate I (MAR 2000) of 252.247-7023. (iii) ___ Alternate II (MAR 2000) of 252.247-7023. (iv) ___ Alternate III (MAY 2002) of 252.247-7023. (21) ___ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). (2) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (3) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (4) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=834f487aaddc038c3d02a6cf72661d61&tab=core&_cview=1)
 
Record
SN01682648-W 20080928/080926215750-f437529787f96fb247405c50f5e3ddeb (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.