SOLICITATION NOTICE
W -- Equipment Rental without Operator
- Notice Date
- 2/26/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532412
— Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of Agriculture, Forest Service, R-5 Sierra Cascade Province (Lassen Plumas and Modoc NF's), 2550 Riverside Drive, Susanville, California, 96130
- ZIP Code
- 96130
- Solicitation Number
- 376259
- Point of Contact
- Leslie L. Solberg, Phone: 530-252-6657, Michell D. Gutierrez, Phone: 5302526673
- E-Mail Address
-
lsolberg@fs.fed.us, mdgutierrez@fs.fed.us
(lsolberg@fs.fed.us, mdgutierrez@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- EQUIPMENT RENTAL WITHOUT OPERATOR Item # SUPPLIES/SERVICES QTY UNIT UNIT AMOUNT PRICE 1 Dozer (D6R or equivalent) Delivery Point: Antelope Lake Estimated 1 Mo. $______ $_________ MAKE _____________ MODEL_____________ YR. OF MANUFACTURE____________ F.O.B. Antelope Lake, CA. 2 Dozer (D6R or equivalent) Delivery Point: Antelope Lake Estimated 1 Mo $______ $_________ MAKE MODEL YR. OF MANUFACTURE F.O.B. Antelope Lake, CA. 3 Grader (John Deere 770D or equivalent) with front severe duty dozer blade snow plow and (Henke HDDB12 or equivalent) and tire chains for each tire. Delivery Point: Antelope Lake Estimated 1 Mo. $______ $________ MAKE MODEL YR. OF MANUFACTURE F.O.B. Antelope Lake, CA. OFFERORS PLEASE NOTE: The vendor is responsible for both loading and unloading equipment from delivery vehicles. Also, note that the Forest Service does not have loading ramps at the F.O.B. Delivery Point. D.2 Location and Description. All items are to be transported F.O.B. to Antelope Lake area Plumas National Forest, and picked up at Antelope Lake area on the Plumas National Forest at release. Delivery shall include all incidental costs including pilot cars if required by law. DELIVERY POINT LOCATION TABLE Item Equipment DeliveryDelivery Est. Rental Est. No.Qty. Description Point Date Period Dates 1.1DozerAntelope Lake, CA 3/14/101 Mos. 3/14/10-4/11/10 (D6R or equivalent) 2.1DozerAntelope Lake, CA 3/14/101 Mos. 3/14/10-4/11/10 (D6R or equivalent) 3.1GraderAntelope Lake, CA 3/14/101 Mos. 3/14/10-4/11/10 with front snowplow, and tire chains (Cat 140, John Deere 770, or equivalent) RELEASE POINTS. Items may be released at the F.O.B. Delivery Points, but most likely from other sites in the immediate area of Antelope Lake. DESCRIPTION. The equipment will be provided without operator. Forest Service operators will be using the equipment for snowplowing on roads in the Antelope Lake area. D.3 TECHNICAL SPECIFICATIONS 1. SAFETY EQUIPMENT. The equipment shall be fully equipped with all items necessary to meet the safety requirements as set forth by OSHA regulations. Canopys and cabs shall be ROPS, OSHA approved, and equipment shall be equipped with the standard "Slow Moving Vehicle" emblem attached to the rear of the machine. 2. EQUIPMENT REQUIREMENTS Dozer (Item #1 and #2) The year of manufacture shall not be earlier than 2007. Dozer shall have an enclosed cab with heater, multi-shank rippers, angle blade, differential steer. Dozer shall have minimum 165 horsepower, minimum operating weight 40,000 lbs. (Cat D6R or equivalent) Grader with front snowplow –equivalent to a Henke HDDB12 (Item #3) The year of manufacture shall not be earlier than 2007. Grader shall have an enclosed cab with heater, 14’ blade, front snow plow blade shall be a severe duty dozer blade that is equiped with hydraulic reversing cylindars, minimum 145 horsepower, operating weight of minimum 29,000 lbs and maximum 33,000 lbs. (Cat 140, John Deere 770, or equivalent) AGAR 452.211-72 STATEMENT OF WORK/SPECIFICATIONS (FEB 1988) The Contractor shall furnish the necessary personnel, material, equipment, services and facilities (except as otherwise specified) to perform the Performance Statement of Work, Investigation plan and Quality Assurance Surveillance Plan referenced in the attachments. AGAR 452.211-74 PERIOD OF PERFORMANCE (FEB 1988) The period of performance of this contract is from 03/14/10 through 04/11/10. FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL ITEMS (AUG 2009) ARE INCORPORATED BY REFERENCE Offeror must be registered in CCR (Central Contractor Registration – www.ccr.gov) Duns #_________________ Tax ID# ________________ FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -COMMERCIAL ITEMS (MAR 2009) ARE INCORPORATED BY REFERENCE. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (DEC 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.225-1, Buy American Act—Supplies (Feb 2009) (41 U.S.C. 10a-10d). 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act (June 2009) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration ( 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) 52.222-43, Fair Labor Standards Act and Service Contract Act—Price Adjustment FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (JAN 2004) FAR 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. EVALUATION CRITERIA: Price and Availability will be considered for the “Best Value” evaluation. The order of importance corresponds with each criteria’s preceding order of appearance.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9JNE/376259/listing.html)
- Place of Performance
- Address: Plumas N.F., Quincy, California, 95971, United States
- Zip Code: 95971
- Zip Code: 95971
- Record
- SN02077943-W 20100228/100226235711-cbfbfb92ccfde1b364610669d31eb0cf (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 |