Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2016 FBO #5277
SOLICITATION NOTICE

W -- Equipment Rental-BICY

Notice Date
5/3/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
NPS, SER - South MABO 33100 Tamiami Trl E Ochopee FL 34141 US
 
ZIP Code
00000
 
Solicitation Number
P16PS00973
 
Response Due
5/25/2016
 
Archive Date
6/9/2016
 
Point of Contact
Stefanos, Mary
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-87 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and this announcement constitutes the only solicitation. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5. This is a total small business set aside in accordance with FAR 19-502-2. The principle NAICS is 532412 and size standard is $32.5M. The National Park Service, South Major Acquisition Buying Office has a requirement for the rental of some heavy equipment. The solicitation number assigned to this requirement is P16PS00973. The solicitation is issued as a Request for Quote (RFQ). The Government intends to award a Firm-Fixed Price Contract to the firm that provides the best value without discussions in accordance with FAR 13.106-2. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with System for Award Management (www.sam.gov). An offeror must ensure that they are self-certified under NAICS Code 532412 in the Representations and Certifications portion of SAM.gov QUESTIONS: Email any questions to mary_stefanos@nps.gov by 11am (EST) on Tuesday, May 17, 2016 to be considered. Answers to questions will be posted in the same manner as this notice. It is the Offerors' responsibility to check for updated information. No oral or late questions will be accepted. The closing date and time for receipt of quote is Wednesday, May 25, 2016 at 10am (EST) via email to Mary_Stefanos@nps.gov. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov) The following FAR Clauses provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 2015); FAR 52.212-2 - Evaluation-Commercial Items (Oct 2014),FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2015) with Alternate I, FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2016). The following clauses within FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995), (41 U.S.C. 4704 and 10 U.S.C. 2402), 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509)), 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282)(31 U.S.C. 6101 note); 52.209-6, Protecting the Government ¿s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note), 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313), 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644), 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)), 52.219-28, Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a)(2)), FAR 52.219-30, FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013)(15 U.S.C. 632(a)(2)); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); 52.222-19, Child Labor ¿Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (APR 2015), 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246), 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793), 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C chapter 83); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Action (May 2014) (41 U.S.C. 10a-10d, 19 U.S.C. 2112 note, Pub L 108-77, 108-78, 108-286, 109-53 and 109-169). (iii) Alternate III (May 2014), 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008), FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award (Jul 2013)(31 U.S.C. 3332), 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.), 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67), and 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (OCT 2015) 52.232-39, Unenforceability of Unauthorized Obligations. (JUN 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) 52.242-15, Stop-Work Order (AUG 1989) 1452.215-71 Use and Disclosure of Proposal Information-Department of the Interior. (APR 1984) DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Vendor invoice must include name and address of the Contractor; invoice date and number; contract number, description, quantity, unit of measure, unit price and extended price of the items delivered; and delivery date. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Template) 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (FEB 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such fraud, waste, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (FEB 2015) (a) The contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such fraud, waste, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibition and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. (End of clause) Contractor Performance Information (DIAPR) 2010-14, Amendment 1 Contractor Performance Assessment Reporting System (JULY 2010) **************************************************************************************** Performance/compliance delinquencies and communication/management issues will be documented in the official file and may be used as a reference for contract history, regardless of the value of the action. **************************************************************************************** DOI Agency Protests (a) Interested parties may request an independent review at a level above the Contracting Officer of protests filed directly with the agency. This review is available as an alternative to consideration of the protest by the Contracting Officer or as an appeal of the Contracting Officer's response to the protest. An interested party may: (1) Protest to the Contracting Officer; (2) Protest directly to the Bureau Procurement Chief without first protesting to the Contracting Officer; or (3) Appeal a contracting officer ¿s decision to the Bureau Procurement Chief. (b) Requests for Bureau Procurement Chief review should be addressed to: Mary Stefanos S-MABO Contracting Officer 33100 Tamiami Trl E Ochopee, FL 34141 Mary_Stefanos@nps.gov c) Requesting independent agency review will not extend the Government Accountability Office ¿s (GAO ¿s) timeliness requirements. Any subsequent protest to the GAO must be filed within ten days of knowledge of initial adverse agency action (see 4 CFR 21.2(a)(3).) (End of Clause) DIAR 1452.201-70 AUTHORITIES AND DELEGATIONS Sep 2011 (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. The COR for this contract will be: (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR ¿s appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor ¿s risk. (End of Clause) Contract Administration Data Mary Stefanos Contracting Specialist National Park Service 33100 Tamiami Trail E Ochopee, FL 34141 Telephone No. (239) 695-1104 Email: Mary_Stefanos@nps.gov 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at the following web address: http://farsite.hill.af.mil/ (End of Clause) 52.203-98, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation (Deviation 2015-02) (Feb 2015) 52.203-99, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation 2015-02) (Mar 2015) 52.204-13 System for Award Management Maintenance (Jul 2013) 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items. Offerors must indicate completion of the provision online at https://www.sam.gov/. 52.212-4 Contract Terms and Conditions - Commercial Items (JAN 2016) 52.222-41 Service Contract Labor Standards (May 2014) 52.222-55 Minimum Wages Under Executive Order 13658(Dec 2014) 52.223-17 Affirmative Procurement of EPA-designated Items in Service & Construction Contracts (MAY 2008) 52.232-1 Payments (APR 1984) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.242-15, Stop-Work Order (AUG 1989) 52.249-4 Termination for Convenience of the Government (Services) (Short Form) (Apr 1984) 52.253-1 Computer Generated Forms (Jan 1991) Submitting a Quote: Quotes must be submitted by filling in the information below and emailing to Mary_Stefanos@nps.gov. Offers must acknowledge receipt of any/all solicitation amendments. Evaluation of Quotes: Quotes will be evaluated using the procedures set forth in FAR Part 13, Simplified Acquisition Procedures. The Contracting Officer will make a best value determination under these guidelines. See FAR provision 52.217-5. ********************** Delivery location will be Big Cypress National Preserve, 33100 Tamiami Trail E, Ochopee, FL 34141. QUESTIONS: Email any questions to mary_stefanos@nps.gov by 11am/EST on Tuesday, May 17, 2016 to be considered. Answers to questions will be posted in the same manner as this notice. It is the Offerors' responsibility to check for updated information. No oral or late questions will be accepted. Contractor shall furnish all labor, materials, transportation and equipment necessary to supply and deliver all listed equipment. Prices must include all applicable fees and delivery in the unit price quoted Fill in items (a) through (d) below along with the details of the proposed equipment in order to for your quote to be considered and email to Mary_Stefanos@nps.gov no later than 10am ET on Wednesday, May 25, 2016. Ensure you received confirmation of receipt via email before that time. If printing is misaligned, see pdf'd attachment. ***************** a. Company DUNS: _______________________ b. Company Contact, name/email/phone number:____________________________________________ _____________________________________________________________________________________ c. Acknowledgement of any amendments: Amendment # ________________ Dated: ______________ d. Pricing: Approx # of Cost per Item/Description Rental PeriodQty months month Total Steel track Excavator 39,000 lbs(comparable to the JD LC 160) Jun-Nov 201626$_________$__________ Steel track Excavator 51,000 lbs. w/5000 lb. rockhammer and 2 cy bucket w/thumb control (comparable to the JD LC 210) June 2016 12$_________$__________ Tractor, Rubber tire loader/box blade, a/c cab (comparable to the JD 200) Jun - Jul 2016 12$_________$__________ Articulated Dump Truck 25 cy (comparable to the JD250D II) June 2016 12$_________$__________ Articulated Dump Truck 14 cy (comparable to the JCB718)Jun-Nov 2016 12$_________$__________ Total $__________ **Ensure to include the details of your proposed equipment along with your pricing**
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS00973/listing.html)
 
Record
SN04103506-W 20160505/160503234737-453533fd7a24bc8f97eccc4bd136954b (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.