Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 09, 2013 FBO #4095
SOLICITATION NOTICE

W -- Rental CAT-D6N Track Type Dozer Tractor or Equivalent Equipment, U.S. Army Corps of Engineers, Vicksburg District, Vicksburg, MS

Notice Date
2/7/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-13-T-0012
 
Response Due
2/11/2013
 
Archive Date
4/8/2013
 
Point of Contact
Robert Ellis Screws, 601-631-7527
 
E-Mail Address
USACE District, Vicksburg
(ellis.screws@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number W912EE-13-T-0012 is being issued as a request for quote (RFQ) with the intent to issue one Firm-Fixed Price Contract for the entire requirement. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 05-62. Pursuant to FAR 19.1405 this procurement is being competed as a 100% Service-Disabled Veteran-Owned Small Business Set Aside. The NAICS code for this procurement is 532412 - Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing, with a size standard of $7,000,000.00. This procurement is being conducted in accordance with regulations at FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. The U.S. Army Corps of Engineers, Vicksburg District has the following requirement; Provide monthly rental for a (2) month period, for (4) bulldozers similar or equivalent to a Caterpillar D6N with six way semi U blades. The equipment will be used in performing levee repairs in Louisiana and Mississippi. Offerors providing quotes shall constitute that the dozers will be available on the delivery date specified. Delivery Requirements; The contractor will be responsible for delivery of the equipment to the government work site and pickup upon return. The equipment desired delivery date is 13-Feb-2013. All offerors shall provide their delivery date with their quote. If proposed equipment will not be available by the date specified offeror's shall specify the date they propose to have the equipment available. Specifications; For complete specifications click the quote mark Additional documentation quote mark link toward the bottom of this announcement. OFFERS MAY BE QUOTED AS FOLLOWS: Line Item 0001, Rental of (1) CAT D6N Dozer or Equivalent Equipment; Quantity (2) Months, Monthly Rental Price; $__________; Total Line Item Price; $__________. Line Item 0002, Rental of (1) CAT D6N Dozer or Equivalent Equipment; Quantity (2) Months, Monthly Rental Price; $__________; Total Line Item Price; $__________. Line Item 0003, Rental of (1) CAT D6N Dozer or Equivalent Equipment; Quantity (2) Months, Monthly Rental Price; $__________; Total Line Item Price; $__________. Line Item 0004, Rental of (1) CAT D6N Dozer or Equivalent Equipment; Quantity (2) Months, Monthly Rental Price; $__________; Total Line Item Price; $__________. The government intends to make one firm fixed price award and offerors are encouraged to provide a quote for the total number of dozers requested; however quotes for fewer than the total number of dozers requested will be considered. Offerors shall provide a unit monthly rental price for each machine and the government may make multiple awards based on lowest price per individual machine quoted. The Government intends to award without discussions while reserving the right to hold discussions if determined advantageous to the Government. Offerors are encouraged to provide their best proposed pricing in their initial offer. Clause 52.212-2 - Evaluation - Commercial Items; (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: All quotes submitted will be evaluated for Technical Acceptability, Satisfactory Past Performance & Price. The government will issue award to the offeror whose quote is the Lowest Price of those determined to meet at least the minimum requirements to be determined technically acceptable & demonstrates satisfactory past performance. (1) Technical Capability - Is defined as the ability to meet the minimum requirements as specified in this solicitation and the attached specification document. To be determined technically capable offerors must provide technical specifications for the equipment they are quoting. It is incumbent upon the offeror to submit sufficient documentation of their technical capability, such as experience of the company and/or experience of key personnel, equipment lists, etc. and/or any other information available to enable the Government to make a determination of the company's technical ability to complete contracts of this type, size, scope and complexity. (2) Satisfactory Past Performance- to demonstrate satisfactory past performance the offeror shall provide documentation of satisfactory performance on past or current contracts of a similar type, size, scope and complexity, performed within the last three (3) years including references, with names and contact information of the references who can verify such past performance. Past performance information of key personnel may be provided if the company has limited or no past performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will be evaluated as neutral on Past Performance, providing the offeror supplies a certified statement with their offer that no past performance information is available. The Government's approach to evaluating past performance is to check the references provided by the contractor to verify satisfactory past performance as well as data obtained from other sources available i.e. government database, past contract files, etc. The offeror is cautioned that while the Government will consider data from other sources, the burden of demonstrating satisfactory past performance rests with the offeror. It is incumbent upon the offeror to submit sufficient information for the Government to determine technical acceptability, successful and satisfactory past performance and price. Failure to submit sufficient information for the government to determine technical acceptability, past performance or price may be cause for rejection of your quote. SAM Registration: All offerors shall be registered in the System for Award Management (SAM), if you are not registered in (SAM), an award CANNOT be made to your company. You may register electronically at http://www.sam.gov. Note to offerors, The Central Contractor Registration (CCR) has been retired and replaced with SAM. In all instances where CCR is referenced you must refer to SAM. The following FAR Clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items - and the following clauses cited within that clause: FAR 52.204-10 Reporting Executive Compensation and First Tier Sub Contract Awards; FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor Debarred, Suspended or Proposed for Debarment; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-27 Notice of Total Service Disabled Veteran Owned Small Business Set Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies ; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment reports on Veterans; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.233- 3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; The full text of these FAR clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm. The following DFARS Clauses are also applicable to this acquisition: DFARS 252.212-7000 Offeror Reps & Certifications; DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.209-7001 Disclosure of Ownership of Control by Government of a Terrorist Country; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008); DFARS 252.232-7010 Levies on Contract Payments; The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. TECHNICAL INQUIRIES AND QUESTIONS All technical inquiries and questions relating to W912EE-13-T-0012 are to be submitted via Bidder/Offeror Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review bid/offer inquiry items, offerors will need to be a current registered user or self-register into the system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on next screen is correct and click, continue. From this page you may view all bidder inquiries or add inquiry. Bidders/Offerors will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Solicitation Number is: W912EE-13-T-0012 The Bidder/Offeror Inquiry Key is: YE2VI7-822P3Y Bidders/Offerors are encouraged to submit questions at least 3 days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. Notes to Offerors: Quotes are due Mon, 11-February-2013 not later than 2:00 p.m. to U.S. Army Corps of Engineers, ATTN: R. Ellis Screws, 4155 East Clay Street, Vicksburg, MS 39183-3435. Quotes may be submitted electronically via email, providing that they are complete and provide all required information to: Ellis.Screws@usace.army.mil. For information concerning this solicitation, contact R. Ellis Screws at (601) 631-7527; E-mail: Ellis.Screws@usace.army.mil. You are responsible for reading all information contained in this solicitation and all attachments if any posted with it. Offerors should check the FedBizOpps web site often for a new solicitation and/or modifications to this solicitation. Proposals are due Mon, 11-February-2013 by 2:00 PM at the District Headquarters Office located at 4155 Clay Street, Vicksburg, MS 39183-3435. Offerors are responsible for ensuring that their quotes arrive prior to the scheduled closing time. Quotes must be clearly identified for Solicitation No W912EE-13-T-0012 to the Attn. of R. Ellis Screws, Vicksburg District Contracting Office, CEMVK-CT-S.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-13-T-0012/listing.html)
 
Place of Performance
Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
 
Record
SN02982299-W 20130209/130207235102-541221af6b5183b76e209ea7e9a51b52 (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.