Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
SOLICITATION NOTICE

W -- Heavy Equipment Rental - Las Vegas Wash Bank Stabilization

Notice Date
12/6/2017
 
Notice Type
Presolicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
Bureau of Reclamation Upper Colorado Region Regional Office 125 South State Street, Room 8100 Salt Lake City UT 84138 US
 
ZIP Code
00000
 
Solicitation Number
140R4018Q0012
 
Response Due
12/20/2017
 
Archive Date
1/4/2018
 
Point of Contact
Esplin, Dwane (Dusty)
 
Small Business Set-Aside
N/A
 
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; quotes are being requested and a written solicitation will not be issued. Solicitation number 140R4018Q0012 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-96. This is full and open competition with a NAICS 532412 with an associated small business size standard of $32.5M. Please see attachments for administrative convenience. This is a Heavy Equipment Rental in accordance with the requirements outlined below. CLIN ItemDescriptionQuantityMonthly Rental Rate Rental Duration (Month)Delivery Fee (Includes Pickup)Total Item Cost (Rental +Delivery) 1CAT 972 Wheel Loader or Equal12 2CAT 740 Articulated Rock Truck, or Equal12 3CAT 740 Articulated Rock Truck, or Equal12 44,000 Gallon Water Truck; Salient Characteristics 12 554 Krypto Klaw bucket attachment. Must be compatible with government owned CAT 336E Excavator, serial number CBZY02506. 12 Project Total Price Equipment delivery no later than 09 Jan 2018 with estimated pickup no later than 01 Mar 2018. Delivery and pickup location coordinates are: 36.108272, -115.019794. The closest major intersection is Vegas Valley Drive and S Hollywood Blvd, Henderson, NV. 89122. CLAUSES 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 this/these address(es): FAR Clauses https://www.acquisition.gov/far/ (End of clause) 52.212-4Contract Terms and Conditions Commercial ItemsJanuary 2017 52.232-40Providing Accelerated Payments to Small Business SubcontractorsDecember 2013 52.233-4Applicable Law for Breach of Contract ClaimOctober 2004 52.242-15Stop-Work OrderAugust 1989 DOI-AAAP-0028Electronic Invoicing and Payment Requirements Invoice Processing Platform (IPP)April 2013 1452.201-70Authorities and DelegationsSeptember 2011 WBR 1452.237-80Security Requirements Bureau of ReclamationFebruary 2017 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this acquisition with the additional following clauses applied: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.233-3, Protest After Award (AUG 1996) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sept 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) 52.222-41, Service Contract Labor Standards (May 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (May 2014) 52.222-55, Minimum Wages Under Executive Order 13658 (MAR 2016) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.219-8, Utilization of Small Business Concerns (NOV 2016) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (SEPT 2016) 52.222-35, Equal Opportunity for Veterans (OCT 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37, Employment Reports on Veterans (FEB 2016) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (MAY 2014) 52.222-54, Employment Eligibility Verification (OCT 2015) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.224-3, Privacy Training (JAN 2017) **END OF CLAUSES** PROVISIONS 52.252-1 Solicitation Provisions Incorporated by Reference - (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR Provisions https://www.acquisition.gov/far/ (End of Provision) 52.203-18Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representations January 2017 52.211-6Brand Name or EqualAugust 1999 52.212-1Instructions to Offerors Commercial ItemsJanuary 2017 52.212-3Offeror Representations and Certifications Commercial ItemsOctober 2017 52.225-25Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and CertificationOctober 2015 1452.215-71Use and Disclosure of Proposal Information Department of InteriorApril 1984 WBR 1452.225-82Notice of World Trade Organization Government Procurement Agreement Evaluations Bureau of ReclamationMay 2005 52.212-2 EVALUATION COMMERCIAL ITEMS - (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will use the Lowest Price Technically Acceptable (LPTA) approach to evaluate and award this contract. Using the LPTA approach, the Government will evaluate all quotes received for technical acceptability against the factors listed below. If a quote receives less than an acceptable rating on any of the factors, the Government will not consider it for award. Among all technically acceptable quotes, the Government will award to the vendor with the lowest price. The following factors shall be used to evaluate quotes: Factor 1: Technical: Technical evaluation will be based upon a determination of whether or not the quote reflects complete and feasible methods, techniques, procedures and timelines for delivery capabilities, repair services, and equipment replacement, as outlined throughout the Performance Work Statement (PWS). In order to be determined Technically Acceptable the technical quote, as a standalone document, must demonstrate that it is in compliance with the PWS in every aspect. This shall include fully populated Price Schedule including required submittals and supporting documentation for proposed or equal equipment. If a quote is determined by the Contracting Officer to be Technically Unacceptable, the quote may be rejected from further consideration. Factor 2: Past Performance: The Government may use the following resources to evaluate past performance: Contracting Officer Knowledge, Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS), and other sources outside the Government. Factor 3: Cost/Price: Award will be made to the responsible vendor submitting the lowest evaluated price meeting or exceeding the acceptability standards for non-cost/price factors (technical and past performance). Determination of lowest evaluated price will be based on the Price Schedule Total Price. (End of provision) Written, signed quotes on company letterhead with contact information are due no later than December 20, 2017 - 1700 hours (MST) by mail or in person at Bureau of Reclamation, 125 S. South State Street, Salt Lake City, UT 84138, or by electronic mail to desplin@usbr.gov. For information regarding this request for quotation, please contact Dusty Esplin, Contract Specialist, 801-524-3743.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/06c8ba2264abd6a3c8d64bf49bb4f09f)
 
Record
SN04759191-W 20171208/171206231504-06c8ba2264abd6a3c8d64bf49bb4f09f (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.