SOLICITATION NOTICE
W -- Rental Heavy Equipment w/o Operators - RFQ IBM09Q0010
- Notice Date
- 7/29/2009
- Notice Type
- Combined Synopsis/Solicitation
- 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
- IBM09Q0010
- Archive Date
- 8/19/2009
- Point of Contact
- Elena Martinez, Phone: 915-832-4715
- E-Mail Address
-
elenamartinez@ibwc.gov
(elenamartinez@ibwc.gov)
- Small Business Set-Aside
- N/A
- Description
- Request for Quote Form This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR 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. Solicitation IBM09Q0010 is being issued in a Request for Quotes format. This solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. IBM09Q0010 is based upon unrestricted competition; offers will be accepted from all responsible sources. The associated North American Industry Classification System (NAICS) code is 532412 for construction, mining and forestry machinery and equipment rental and leasing, with a corresponding small business standard of $6.5 million in gross receipts averaged for the past three years. All offerors must disclose their appropriate size standard in the submitted quotation(s) in order for the quotation to be considered responsive to this solicitation. Contract Line Item Number CLIN 001: Two (2) Single Pad Drum Vibratory Rollers (w/o blade) Diesel, Ride-On, 84 inch Drum Width, 27 to 30 ton Centrifugal Force: CLIN 0002 Two (2) Water Trucks, Diesel Fuel, 4,000 gallon capacity: CLIN 0003 Two (2) Pumps, Diesel, 4 inch Centrifugal, Self-Priming, Max. Capacity, 650 gal/min and 25 foot approximate head, Trailer mounted, 4 inch Outlet/Inlet, Maximum solids 2 inches, 4 inch diameter by 20 foot suction hose with coupling and strainer, 4 inch diameter by 20 foot discharge hose with coupling. For the requirements contract, use a year for the rental period when calculating CLIN total. Unit Price/Each Piece of Equipment/Month and Total Cost, as well as Equipment Manufacturers and Model Numbers are to be provided in proposals responding to this solicitation. Delivery of the rental equipment shall be F.O.B. Destination to the Las Cruces Field Office, 504 S. Miranda, Las Cruces, NM 88005 as directed by the Contracting Officer's Representative (COR) or the project field supervisor(s). The requirements contract will have a performance period of six (6) months from contract award with an option to extend the performance period six (6) months. 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). (h) Multiple awards: Award will be made in accordance with multiple award evaluation procedures at FAR Part 14.201-8(c). The Contracting Officer shall assume, for the purpose of making multiple awards, that $500 would be the administrative cost to the Government for issuing and administering each contract award under this solicitation. Individual awards shall be made for the items or combinations of items that result in the lowest aggregate cost to the Government, including administrative costs. 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. Quoters shall complete and return a copy of provision of 52.212-3 Offeror Representations and Certifications-Commercial Items. Paragraph (i)(1) Listed End Products of the clause has been filled-in with None Applicable To This Acquisition. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition to include the following addenda: 52-204-9 Personal Identity Verification of Contractor Personnel, 52-217-8 Option to Extend Services, 52-217-9 Option to Extend the Term of the Contract. The clause at 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: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-1, 52.225-13, 52.232-33. Contractors are required to register or update their registration on the Central Contractor Registration website at www.ccr.gov. This registration is required to receive contract award and will facilitate payment. Offers are due for this combined synopsis/solicitation by 4:00 PM, local time, on August 4, 2009. Fax number is 915 832-4192. For information regarding this RFQ contact Elena Martinez (915) 832-4715 or email elenamartinez@ibwc.gov. END of combined synopsis/solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/IBWC/IMD/ElPasoTX/IBM09Q0010/listing.html)
- Place of Performance
- Address: Las Cruces Field Office, 504 S. Miranda, Las Cruces, New Mexico, 88005, United States
- Zip Code: 88005
- Zip Code: 88005
- Record
- SN01891072-W 20090731/090730000205-277723be1883af429e65601243b3878b (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 |