SOLICITATION NOTICE
W -- RECOVERY - Lease/rent tracked skid steer with HD grapple fork attachment
- Notice Date
- 9/10/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Construction & Acquisition Division, Region 3 US Fish & Wildlife Service1 Federal Drive, Room 652 Fort Snelling MN 55111
- ZIP Code
- 55111
- Solicitation Number
- 30181RQ528
- Response Due
- 9/16/2009
- Archive Date
- 9/10/2010
- Point of Contact
- Cathy L. Vanatta Chief, Constr & Acquisition 6127135205 Cathy_Vanatta@fws.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- RECOVERY - RENT SKID STEER WITH HD GRAPPLE FORK ATTACHMENT for a period of up to 12 months. RECOVERY - This is a combined synopsis/solicitation to acquire quotes to fulfill the requirement stated herein.(i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulations (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. (ii) Solicitation number 30181RQ528 is being issued in a Request For Quotations (RFQ) format. (iii) This solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. (iv) This solicitation is advertised as full and open competition. The North American Industrial Classification System (NAICS) code is 532412, with a corresponding small business size standard of $7.0 gross annual receipts. 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. (v) The contractor shall provide for 12 month lease a tracked skid steer with HD grappe fork attachment. Specificatons include; minimum 90 horsepower; enclosed cab with heat and air conditioning; Rollover Protection System; High flow hydraulics (30-37 gals per minute); Back-up alarm; 2-speed low and high); Service contract (min. 250 hour service); "Quick" attachment system capable of accepting a Fecon flail head (Caterpillar or Bobcat type system); "Quick connect" hoses for Fecon flail head; HD Grapple fork must be 72-78 inches wide; Reverse gear must be operational if front end attachment hydraulics are not operating at/near full RPM's. Optional features (if available): Engine block heater; Falling Object Protection System; Rear View Mirror; Hydraulic coupler, selectable pattern control; selectable implement control; selectable work speed control. Vendor must submit pricing per month for up to 12 months guaranteed with option to extend up to an additional 6 months at the same rate; terms for lease agreement; brand name and features of equipment proposed; and delivery date available. Award will be made to the offeror whose quotation provides the most suitable equipment, price, features, availability and optional features considered. Funding for this item is provided by the American Recovery and Reinvestment Act. (vi) n/a (vii) Delivery of the equipment shall be made F.O.B. Destination to the U.S. Fish and Wildlife Services Necedah National Wildlife Refuge, W7996 20th Street West, Necedah, WI. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition (FAR provisions and clauses are available for review at http://www.arnet.gov/far). In addition, the following provisions/clauses apply to the acquisition: FAR 52.252-02; 52.212-05 and 144804.01 (American recovery and Reinvestment Act - Information Request -- In order to measure the effectiveness of our acquisition process to meet the intent of the American Recovery and Reinvestment Act, please provide teh following for INFORMATIONAL PURPOSES ONLY: (1) The approximate number of employees to be offered or retained continued employment by the prime contractor as a result of this contract: ____ Full Time employees/ _____ Part Time Employees; (2) The approximate value of expenditures to the local economy as a result of this contract through purchase or subcontract opprortunities is: $___________; (3) The following are examples of products and or services that will be acquired by the prime contractor through local sources in the vicinity of the project site: (please list all that apply). (ix) Quotes will be evaluated and award will be made to the lowest responsive, responsible offeror submitting a fair and reasonable price and meeting the terms of this solicitation and product features that represent the best value to the government. (x) Each offeror shall complete, and include with its quotation, FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items. In lieu of submitting completed provision 52.212-3, offerors are encouraged to complete the on-line Representations and Certifications (ORCA) at www.orca.gov, citing NAICS 532412 for this solicitation. Failure to submit provision 52.212-3 or ORCA, properly completed, may result in a non-responsive quotation. (xi) The FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items pertains as applicable to this acquisition. The following FAR clauses cited in the clause are applicable to this solicitation: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-33, and 52.232-36. (xiii) All or part of this contract award is the direct result of funding provided by the American Recovery and Reinvestment Act. Additional reporting requirements may apply to awardee. (xiv) [N/A] (xv) [N/A] (xvi) Quotes are due to the U.S. Fish and Wildlife Service, Region 3, Contracting and Facilities Management Office, 1 Federal Drive, Fort Snelling, Minnesota 55111-4056 by 4:30 p.m. CDT on September 16, 2009. Offerors may submit quotes by mail or facsimile transmission to the attention of Cathy Vanatta. The fax number is 612-713-5151. Quotes are to include a completed FAR Clause 52.212-3 or ORCA registration, and be signed and dated by an offeror's authorized representative. Incorporate this RFQ No. 30181RQ526 into the quote either by reference or direct attachment. (xvii) Questions about this solicitation should be directed to Contracting Officer Cathy Vanatta at telephone number (612) 713-5205 or email at cathy_vanatta@fws.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/30181RQ528/listing.html)
- Place of Performance
- Address: Necedah National Wildlife Refuge, W7996 20th Street, West, Necedah, WI
- Zip Code: 54646
- Zip Code: 54646
- Record
- SN01949609-W 20090912/090911001234-16b0f73db65d8bb5579ec4dbe357df9c (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 |