Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2010 FBO #3197
SOLICITATION NOTICE

38 -- Heavy Equipment Rental

Notice Date
8/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - BICA - Bighorn Canyon National Recreation Area PO BOX 7458 ( 5 Avenue B ) Fort Smith MT 59035
 
ZIP Code
59035
 
Solicitation Number
Q1320102191
 
Response Due
9/3/2010
 
Archive Date
8/24/2011
 
Point of Contact
Jay G. Tobin Contract Specialist 4066663321 Jay_Tobin@nps.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
The National Park Service, Bighorn Canyon National Recreation Area has a requirement for renting heavy equipment to move earth and rock material which will be used to rip-rap a road fill slope per the attached specifications. This acquisition is a 100% small business set-aside; the National Park Service encourages the participation of veteran, disadvantaged and women owned business enterprises. The North American Industry Classification System (NAICS) code for this project is 532412/ 532490 with a size standard of $7.0 million. All responsible small business concerns may submit a quotation which shall be considered by the National Park Service. (Quoted price is to be F.O.B. Bighorn Canyon National Recreation Area, 20 Highway 14A East, Lovell, WY 82431.) QUOTES ARE DUE on September 3, 2010 at 1:30 PM Mountain Time and shall be delivered by the specified time to the National Park Service, Bighorn Canyon National Recreation Area, ATTN: Contracting Office. Quotes may be faxed to 406-666-2415 or emailed to Jay_Tobin@nps.gov; no oral quotations will be accepted. Quoters must furnish their company name, DUNS number, address, phone and fax number, email address, and official point of contact. All quotes must be signed by authorized company official and dated. All questions regarding this solicitation should be directed to Jay Tobin at 406-666-3321 or Jay_Tobin@nps.gov. INFORMATION TO BE SUBMITTED BY THE CONTRACTOR: Line Item 001: $________________________ (w/ delivery to work site) Line Item 002: $_______________/______________ (w/ and w/o delivery to work site) Line Item 003: $_______________/______________ (w/ and w/o delivery to work site) Total Price: $_______________/______________ Business Name: ____________________________________ DUNS #: ___________________ Business Address: ______________________________________________________________ Business Phone: _______________________________ FAX: ___________________________ Email Address: ___________________________________________ Offeror Name: ______________________________________ Date: _____________________ Offeror Signature: ______________________________________ CLAUSES AND PROVISIONS Offerors must review and comply with the FAR Provisions/Clauses which apply to this solicitation. The full text of these may be accessed electronically at the website: https://www.acquisition.gov/far/. The following provisions and clauses are specifically referenced in this acquisition and are required in the response to this solicitation. They will remain in full force in any resultant award: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2, EVALUATION OF COMMERCIAL ITEMS, Paragraph "a" of the provision is hereby replaced with the following: "The government reserves the right to evaluate quotes and award a contract without discussions with offerors. Quotes shall be evaluated on the basis of lowest priced, responsible/ responsive offer;52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, the offeror must include a completed copy of this provision with their quote or state that they are located on website: http://www.bpn.gov/;52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS;52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS, applies to this acquisition including 52.222-3, Convict Labor, 52.225-13, Restriction on Certain Foreign Purchases, 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim, and incorporating the following Paragraph (b) clauses: 52.219.06, Notice of Total Small Business Set-Aside; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition on Segregated Facilities; 52.222-26, Equal Opportunity; 52.225-01, Buy American Act (Supplies); 52.232-33, Payment by Electronic Funds-Central Contractor Registration;EXECUTIVE ORDER 13513 - PROHIBITION ON TEXT MESSAGING AND USING ELECTRONIC EQUIPMENT SUPPLIED BY THE GOVERNMENT WHILE DRIVING (OCT, 2009) Prospective contractors must be registered in the electronic Central Contractor Registration Database (www.bpn.gov/ccr ) prior to award of a government contract. Offerors are further advised that failure to register in this Central Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award. RENTAL EQUIPMENT SPECIFICATIONS SCOPEBighorn Canyon National Recreation Area has a requirement to rent heavy equipment for use by Park Service personnel at a job site located approximately 15 miles north of Lovell, Wyoming. Access from Lovell, Wyoming, to the job site is by approximately 7 miles of paved State Highway 37, AND an additional 8 miles of single width dirt road. Rental dates may shift back 2 - 3 days based upon the delivery of materials and availability of equipment. Quote for Line Item 001 should include delivery to the work site. Line Items 002 and 003 should be quoted two ways: delivered to work site vs. picked-up by the Park Service. LINE ITEM 0011. Articulated truck, Case 330B or comparable.2. Diesel engine, approx. 330HP.3. Payload 23 YDS, 30 TONS4. Capable of working on 18 degree slope5. 3 FT dump clearance6. 33 FT overall length (approx.)7. Planned rental period: 9/07/10 - 10/06/10 LINE ITEM 0021. Track excavator, Case CX210B or comparable.2. Diesel engine, approx. 157 HP.3. Max hauling weight not to exceed 25 TONS; length 31 FT.4. Heavy duty bucket (1/2 YD - 1-1/8 YD) fitted w/ thumb attachment.5. Ground pressure no more than 6 PSI.6. Planned rental period: 9/07/10 - 9/21/10 LINE ITEM 0031. Track excavator, Case CX160B or comparable.2. Diesel engine, approx 120 HP.3. Max hauling weight not to exceed 19 TONS; length 31 FT.4. Heavy duty bucket (1/2 YD - 1-1/8 YD) fitted w/ thumb attachment.5. Ground pressure no more than 6 PSI.6. Planned rental period: 9/21/10 - 10/05/10
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1320102191/listing.html)
 
Place of Performance
Address: Bighorn Canyon National Recreation Area20 Highway 14A EastLovell, WY 82431
Zip Code: 82431
 
Record
SN02252516-W 20100826/100824235203-8538a8421f6d4a846bb1a57bcdaabe91 (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.