Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2010 FBO #3108
SOLICITATION NOTICE

W -- Portable Light Plants on Trailer Rental for Drop 2 Reservoir Project

Notice Date
5/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation - LC - Yuma Area Office 7301 Calle Agua Salada Yuma AZ 85364
 
ZIP Code
85364
 
Solicitation Number
R10PS34175
 
Response Due
6/3/2010
 
Archive Date
5/27/2011
 
Point of Contact
Jacqueline Carrera, (928) 343-8217 Contract Specialist 9283438217 jcarrera@usbr.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
Total Small Business
 
Description
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. The Request for Quotation number is R10PS34175 and this announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This procurement is 100 percent set aside for small business concerns; however, large businesses are encouraged to submit quotes. In the event the contracting officer receives no acceptable offers from small business concerns, the small business set-aside will be withdrawn and the requirement, if still valid, will be converted to full and open. The associated North American Industrial Code System code for this solicitation is 532412 and the Small Business Size Standard is $7 million. Quotations shall include, pricing for items with delivery/set-up/removal included in the unit price, the company Tax Information Number (TIN) and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The Contractor shall provide and deliver/pick-up the following item to the Bureau of Reclamation, Drop 2 Storage Reservoir Project located 25 miles West of Yuma, AZ or 30 miles East of El Centro, CA on Interstate 8 at Exit 146. Please be advised that Exit 146 on Interstate 8 is currently closed due to construction and access to the site must be obtained by exiting at Gordon's Well (Exit 151) or Exit 143 and driving to the project on the Frontage Road North of Interstate 8. ITEM DESCRIPTION CLIN NO. 0001, Portable Light Plants on TrailersQuantity: 8 Portable Lights for 3 MonthsEstimated Required Dates are June 21, 2010 through September 21, 2010Unit Price/Month: $________; Total Extended Price $________ Each portable until shall have a minimum of 4 -1000 Watts; Adjustable lights on a tower telescoping to 30 feet tall; Powered by a Tier 2 Engine or higher. Contractor shall be responsible for providing all necessary parts, equipment and maintenance necessary to ensure continous operation of equipment. Contractor must acknowledge all repair calls within two hours and complete all necessary repairs within eight hours. Equipment must be delivered with full fuel tanks. Effective as of October 1, 2003, prospective vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. The following information is required to register: (1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); (2) DUNS Number or Cage Code; (3) Telephone Number; (4) E-mail addresses. Those registering are responsible for the accuracy of the information. All notification of changes to this solicitation shall be made through the internet. Therefore, Offerors who have registered are required to review Federal Business Opportunities for any posted changes to the solicitation. Award will be made based on lowest priced technically acceptable offer/quote received from a responsive and responsible offeror. Offerors shall include a completed copy of the FAR provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer, or be registered at www. ORCA.bpn.gov. After reviewing the ORCA database information, the offeror certifies by submission of its quote that the representation and certifications currently posted electronically with regard to FAR 52.212-3, Offeror Representations and certifications Commercial Items have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this synopsis/solicitation), as of the date of its quote. Offerors wishing to incorporate their representation and certifications in the ORCA database into their quote by reference shall affirmatively state their desire to do so. The RFQ number is R10PS34175. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-41. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference, with the same force and effect as if they were given in full text. The full text of provisions and clauses may be accessed electronically at this website address: Federal Acquisition Regulations (FAR) clauses - http://www.acquisition.gov/far/index.html The following clauses will apply: FAR 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; and in FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, the referenced clauses: (7i) 52.219-6 Notice of Total Small Business Set-Aside, (19) 52.222-3 Convict Labor, (20) 52.222-19 Child Labor - Cooperation with Authorities and Remedies, (21) 52.222-21 Prohibition of Segregated Facilities, (22) 52.222-26 Equal Opportunity, (24) 52.222-36 Affirmative Action for Workers With Disabilities, (31) 52.225-3 Buy American Act - Free Trade Agreements-Israeli Trade Act, (33) 52.225-13 Restrictions on Certain Foreign Purchases, and (38) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. Other applicable clauses: FAR 52.252-2 Clauses Incorporated by Reference. The following provisions will apply: FAR 52.212-1, Instructions to Offerors, Commercial Items, 52.212-3 Offeror Representations and Certifications - Commercial Items (Offeror shall include a completed copy of this provision with its offer or be registered at www.ORCA.bpn.gov). Other applicable provisions: FAR 52.252-1 Solicitation Provisions Incorporated by Reference. At a minimum, responsible sources shall provide the following: 1) A price quote on letterhead for the requested item along with a description of proposed item; 2) Statement to confirm equipment availability during Estimated Required Dates as stated above, Contractor will be notified after issuance of Purchase Order for exact delivery date; 3) Unit price/month and extended price; 4) Prompt payment terms; 5) Remittance address; 6) Tax I.D. Number, Duns Number, and Cage Code. Any questions with regard to this requirement shall be addressed to the Contract Specialist identified below. This announcement will close at 2:00 p.m., local time, on June 3, 2010. Oral communications are not acceptable in response to this notice. The point of contact is Ms. Jacqueline Carrera, Contract Specialist, who can be reached at 928-343-8217. Offerors shall submit their quotes either via facsimile (928-343-8568), or email to jcarrera@usbr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8234a942343ab5727deb6a2a9289985b)
 
Place of Performance
Address: Imperial, CA
Zip Code: 85364
 
Record
SN02161845-W 20100529/100527234841-8234a942343ab5727deb6a2a9289985b (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.