Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
SOLICITATION NOTICE

38 -- Sawtooth, Boise and Payette NF Construction Equipment Blanket Purchase Agreements (BPA) - Schedule of items (EQ list)

Notice Date
5/7/2015
 
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-4 Intermountain Region, 324 25th Street, Regional Office, Ogden, Utah, 84401
 
ZIP Code
84401
 
Solicitation Number
AG-0261-S-15-0075
 
Archive Date
6/5/2015
 
Point of Contact
Matthew A. Morris, Phone: 2083734166
 
E-Mail Address
mamorris@fs.fed.us
(mamorris@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
List of rental equipment and pictures showing cab protection Sawtooth, Boise and Payette NF Construction Equipment Blanket Purchase Agreements (BPA) AG-0261-S-15-0075 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The USDA Forest Service -Sawtooth, Boise and Payette National Forest have a recurring need for various types of rental construction equipment for projects located across South West Idaho. The R04 Boise Contracting Office intends to award multiple Blanket Purchase Agreements (BPAs) from this combined synopsis/Solicitation. As needed, equipment will be acquired by placing calls against a BPA. The contractor is responsible for supplying and delivering equipment listed under each BPA. Delivery locations and mileage will be determined prior to the placement of each call. The TOTAL ordering capacity for ALL BPAs issued shall not exceed $150,000. Each BPA shall be valid for up to a period of one year or until the TOTAL dollar amount of ALL calls issued under ALL BPAs reaches $150,000, whichever comes first. Offeror's submitting prices should refer to the Attached Schedule of Items and Rental Equipment Description, Specifications, and Requirements. Prices submitted shall remain in effect for one full year from date of award. General requirements for all equipment 1. Machines with evidence of ongoing problems with leaks, broken welds, loose fittings or attachments, or showing excessive wear and tear are not acceptable. 2. Rental organization must be able to provide rapid response to all service calls during working hours between 7 AM and 7 PM daily. 3. All equipment must be certified clean and free of any soil, rocks, lubrication or fluid stains/spills, plant parts (including seeds), and be in fully functional and operational order upon delivery. 4. The interior (operating cab) of all equipment must be delivered in clean condition, equipped with functional horn, warning lights, alarms, fire extinguisher, fully operational seat belt(s) and seat adjustment controls, and fully intact and functional seat upholstery. 5. All equipment must meet or exceed all applicable OSHA and/or MSHA safety requirements. 6. Replacement of any machine that fails to meet to performance expectations that are reasonable for the specific type, size and/or intent of use of that equipment due to major mechanical breakdown not attributable to misuse or operator error will be replaced at no additional remobilization costs to the Government within 2 working days with an equivalent machine that meets all listed general requirements and stated specifications as per this document. 7. All equipment maintenance is the responsibility of the Vendor at no cost to the Government. All questions must be in writing by email to mamorris@fs.fed.us and must be received by the Contracting Officer no later than 12 noon, 14 May 2015. All responses to questions will be posted to the FEDBIZOPS website no later than 18 May 2015. Solicitation Number AG-0261-S-15-0075 is issued as a Request for Quote (RFQ) and is being advertised as Total Small Business set aside. The award will be a Firm Fixed Price Blanket Purchase Agreement. Solicitation closes 21 May 2015, 12:01 pm MT. Award date is expected to be on or around 22 May 2015. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-81. The NAICS code assigned to this project is 532412 Construction, Mining and Forestry Machinery and Equipment Rental and Leasing and the size standard is $32.5M. EXTENT OF OBLIGATION - The Government is obligated only to the extent of authorized purchases actually made under this BPA by authorized individuals. Funds are obligated when an authorized BPA Order is placed pursuant to this BPA. Each authorized purchaser is obligated only to the extent of the obligation of the issued BPA order that is actually placed under this BPA. PURCHASE LIMITATIONS -Individual orders under this BPA shall not exceed the simplified acquisition threshold. DELIVERY TICKETS - All completed call orders under this agreement shall be accompanied by delivery tickets or sales slip that shall contain the following minimum information: a. Name of Contractor; b. BPA number; c. Date of order; d. Order number; e. Itemized list of equipment furnished including mobilization and pickup cost; f. Quantity, unit of issue (hourly, daily, weekly, monthly), unit price and extensions of each item, less applicable discounts; g. Date and location of equipment delivery. INVOICES - A summary invoice shall be submitted to the Contracting Officer at least monthly or upon expiration of this BPA for all deliveries made during each billing period. Copies of individual delivery tickets issued during each billing period are required support for each invoice. ORDER OFFICIALS - All individuals designated as authorized Ordering Officials will be provided to the BPA holders at time of award. 52.212-2 Commercial Item Evaluation Factors Technical Factors (non-cost) Factor 1 - Meets Minimum Specifications Factor 2 - Past Performance Cost or Price Factors Factor 3 - Price In response to this RFQ, Offerors should submit the following: 1. List of equipment being offered to include: a) Equipment Type to include Model and Make, b) Equipment Description to include capabilities, and c) Equipment Condition, and d) Delivery Response Time for Equipment once order is placed. (Attachment 1) 2. Three past performance reference to include: a) Company Name, b) Point of Contact, c) Phone Number of Contact, and d) Type of Equipment provided. 3. Completed Schedule of Items 4. Completed FAR 52.212-3 - Offeror Representations and Certifications must be completed in SAM. If contractor needs to provide information different from what is in SAM, provide it with RFQ or update SAM. The selected Offeror(s) must comply with the following commercial item terms and conditions. 52.212-1 Instructions to Offerors- Commercial Items., 52.212-3 -- Offeror Representations and Certifications -- Commercial Items., 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. including: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment 52.219-6 Notice of Total Small Business Set-Aside. 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities. 52.222-26 Equal Opportunity. 52.222-35 Equal Opportunity for Veterans. 52.222-36 Equal Opportunity for Workers With Disabilities. 52.222-37 Employment Reports on Veterans. 52.222-55 Minimum Wages Under Executive Order 13658 (Dec 2014) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-33 Payment by Electronic Funds Transfer--System for Award Management. Additional Clauses 52.204-13 SAM 52.208-4 Vehicle Lease Payments 52.208-5 Condition of Leased Vehicles. 52.208-6 Marking of Leased Vehicles. 52.232-39 Unenforceability of Unauthorized Obligations. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 452.237-70 Loss, Damage, Destruction or Repair.(FEB 1988) (a) For equipment furnished under this contract without operator, the Government will assume liability for any loss, damage or destruction of such equipment, not to exceed a total of $ 25,000 except that no reimbursement will be made for loss, damage or destruction due to (1) ordinary wear or tear, (2) mechanical failure, or (3) the fault or negligence of the Contractor or the Contractor's agents or employees. (b) For equipment furnished under this contract with operator, the Government shall not be liable for any loss, damage or destruction of such equipment, except for loss, damage or destruction resulting from the negligent or wrongful act(s) of Government employee(s) while acting within the scope of their employment. (c) All repairs to equipment furnished under this contract shall be made by the Contractor and reimbursement, if any, shall be determined in accordance with (a) or (b) above. Repairs shall be made promptly and equipment returned to use within _48_ hours. In lieu of repairing equipment, the Contractor may furnish similar replacement equipment within the time specified. The Contractor may authorize the Government to make repairs upon the request of the Contracting Officer. In such case, the Contractor will be billed for labor and parts costs. (End of Clause) 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants (FEB 2012) Alternate I (FEB 2012) (a) This award is subject to the provisions contained in sections 433 and 434 of the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, as amended and/or subsequently enacted, regarding corporate felony convictions and corporate federal tax delinquencies. Accordingly, by accepting this award the contractor acknowledges that it - (1) does not have a tax delinquency, meaning that it is not subject to any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, and (2) has not been convicted (or had an officer or agent acting on its behalf convicted) of a felony criminal violation under any Federal law within 24 months preceding the award, unless a suspending and debarring official of the United States Department of Agriculture has considered suspension or debarment of the awardee, or such officer or agent, based on these convictions and/or tax delinquencies and determined that suspension or debarment is not necessary to protect the interests of the Government. (b) If the awardee fails to comply with these provisions, the Forest Service may terminate this contract for default and may recover any funds the awardee has received in violation of sections 433 or 434, amended and/or subsequently enacted. (End of Clause) The full text FAR clauses may be accessed electronically at http://www.acqnet.gov/far. In order to be considered for award vendors must be registered in System of Award Management (SAM) database and have current Online Representations and Certifications (ORCA). Solicitation closing date is 21 May 2015. All quotes must be received by 12:00 noon MT. Offerors shall submit 1copy of their quote to: USDA Forest Service ATTN: Matt Morris 1249 S Vinnell Way Boise, ID 83709 Or mamorris@fs.fed.us
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/84M8/AG-0261-S-15-0075/listing.html)
 
Place of Performance
Address: Sawtooth, Boise and Payette National Forests (SW Idaho), United States
 
Record
SN03724212-W 20150509/150507235501-b26618949a482b5399eaaeee9e9abfe9 (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  © 1994-2020, Loren Data Corp.