Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 17, 2021 SAM #7138
SOLICITATION NOTICE

W -- RMDD & ESD Heavy Equipment Leasing and Rental

Notice Date
6/15/2021 6:09:11 PM
 
Notice Type
Solicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
COMMANDING OFFICER TWENTYNINE PALMS CA 92278-8108 USA
 
ZIP Code
92278-8108
 
Solicitation Number
M6739921Q0018
 
Response Due
6/29/2021 7:00:00 AM
 
Archive Date
07/14/2021
 
Point of Contact
Pedro Tirado, Phone: 7608305124 NOT AVAIL TELE-WORKING, Tiffany L Hurst, Phone: 7608301104
 
E-Mail Address
pedro.tirado@usmc.mil, tiffany.hurst@usmc.mil
(pedro.tirado@usmc.mil, tiffany.hurst@usmc.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
SBA 8(a) Requirement Number is XX1617211944W In Accordance With (IAW) Section 8(a) of the Small Business Act (15 USC 637(a)(1)) SBA 8(a) Requirement Number is XX1617211944W and under Federal Acquisition Regulation (FAR) Part 19.8, FAR Part 12 and FAR Part 13.5. - QUOTES: Quotes are to be received no later than close of business (10 am PST) on June 29, 2021. - An organized site visit has been scheduled by - RMDD for Tuesday, June 23, 2021 at 0900 (PT) *See Details on�Solicitation� This is a Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for one (1) base year and two (2) one-year option periods to supply heavy equipment leasing services in direct support of the Marine Air Ground Task Force Training Command (MAGTFTC), Range Management and Development Division�s (RMDD) mission aboard Marine Corps Air Ground Combat Center (MCAGCC), Twentynine Palms, CA. The contractor will provided heavy equipment to qualified U.S. Government heavy equipment operators. Leased equipment will be operated at a maximum level of 8 hours per day. All heavy equipment shall be safe and fully operational. The contractor shall furnish all heavy equipment, maintenance services, repair services, and transportation to provide heavy equipment leasing services. The contractor shall be responsible for complying with all applicable federal, state and local regulations including, but not limited to, Environmental Protection Agency (EPA) and California Air Resources Board (CARB) regulations. During the period of performance, the equipment on the Equipment List below will be required on both an annual and as needed basis (i.e., in direct support of emergencies or additional mission requirements on-board the installation). All as needed heavy equipment may be required for periods ranging from 1-6 days, 7-29 days, or 30 days or more. Quotes shall be complete and be organized into the following parts: Volume I � Price Quote , Volume II � Technical Proposal and Volume III � Past Performance. Quotes shall include a Cover Sheet and, if applicable, Teaming Arrangement/Joint Venture Documentation. At a minimum, quotes must include the following to be eligible for award: 1. Cover Sheet with the following information: 1.1 Time specified in the solicitation for receipt of quotes: Tuesday, June 29, 2021 at 10:00am (PT). 1.2 Company name; 1.3 Company address and remit to address if different from mailing address; 1.4 Company telephone number; 1.5 Company e-mail address; 1.6 Company point of contact(s); 1.7 SAM registration expiration date; 1.8 CAGE code; 1.9 DUNS number; 1.10 Registration confirmation for NAICS code 532412; 1.11 Acknowledge Solicitation Amendments, if applicable; 1.12 Government Site visit is recommended see PWS for details. 2. Volume I: Price Quote and any discount terms with the following information: 2.1 Submit the Standard Form (SF) 1449, with blocks 12, 17a and b, and 30a through c completed with an original, authorized signature and the Contract Clauses section filled-in. 2.2 Quoters shall submit pricing on the CLINS/Schedule of the SF1499 solicitation. 2.2.1 Quoter must submit an hourly labor rate in CLIN Descriptions on CLINS 0016,1016 and 2016. 2.3 Submit a copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b)(2) for those representations and certifications that the Quoter shall complete electronically) and FAR 52.209-5. 2.4 If applicable, submit all pages of each solicitation amendment(s) (SF 30) with the original solicitation documents, signed by the same official authorized to sign the SF 1449. 2.5 Pricing shall be included by annotating the unit price under each CLIN respectively. The annotated unit price multiplied by the quantity shall equal the total amount for each CLIN and subCLIN. Quoted unit pricing shall be stated in no more than 2 decimal places. Any price quote containing unit pricing exceeding two (2) decimal places will be deemed an incomplete submission. *See attached consolidated CLIN Equipment List Pricing Tool in PWS � Quoters may use this as a calculation tool, but are not required to submit. This tool WILL NOT be a substitute for the REQUIRED pricing on the CLINS/Schedule of the SF1499 solicitation 3. Volume II: Technical Proposals shall include the following: (1) Technical Approach and (2) Quality Control Plan. Submit your technical proposal with the following information: 3.1 Part 1: Technical Approach: 3.1.1 Include a narrative on how Quoter plans to supply heavy equipment leasing services to Range Management and Development Division (RMDD), MCAGCC Twentynine Palms, CA., in accordance with (IAW) the objectives stated on the PWS. The Quoter must also provide a list of the proposed heavy equipment, with model specifications, to satisfy the Equipment Salient Description List, IAW the PWS. 3.2 Part 2: Quality Control Plan: 3.2.1 Must include a Quality Control Plan that includes a narrative of procedures the Quoter intends to use to ensure compliance with PWS paragraph 5 (Quality Assurance Surveillance). Must specify procedures that will be used to identify and prevent non-performance issues, and plan to correct such issues. 3.3.2 Must include a narrative of how quoter plans to ensure compliance with PWS paragraphs 3.1 and 3.2. 4. Volume III: Past Performance with the following information: 4.1 Submit a list of no more than three (3) recent and relevant contracts performed for Federal agencies or commercial customers as a prime contractor that demonstrates the ability to successfully perform the scope and breadth of the requirements as described in the PWS for this solicitation. Any past performance references in excess of the first three submitted will not be evaluated. 4.1.1 RECENT. The definition of recent as related to this solicitation includes performance within the last three years from the issue date of this solicitation; 4.1.2 RELEVANCE. Quoters shall identify what elements of each contract are deemed relevant to this solicitation. Definitions of relevancy are as follows: 4.1.2.1 RELEVANT. Present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires; and 4.1.2.2 NOT RELEVANT. Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. 4.2 Submit the following information for each contract submitted for past performance evaluation: 4.2.1 Company/Division name; 4.2.2 Product/Service; 4.2.3 Contracting Agency/Customer; 4.2.4 Contract Number; 4.2.5 Contract Dollar Value; 4.2.6 Period of Performance; 4.2.7 Verified, up-to-date name, address, e-mail address, telephone number of the Government evaluator, contracting officer or customer POC responsible for procuring your services; 4.2.8 Comments regarding compliance with contract terms and conditions; and 4.2.9 Comments regarding any known performance deemed unacceptable by the customer or not in accordance with the contract terms and conditions, the resolution(s) implemented and results. Quoters are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Failure to meet a requirement of the solicitation will result in a quote being excluded from consideration. Documents submitted in response to this solicitation must be fully responsive to and consistent with: (1) requirements of this solicitation; (2) Government standards and regulations; and (3) evaluation factors for award.� All questions must be submitted by NLT Friday, June 25, 2021 at 11:00am (PT). All quotations are to be submitted electronically to pedro.tirado@usmc.mil and tiffany.hurst@usmc.mil or may be hand delivered to: Mr. Pedro Tirado Ms. Tiffany Hurst MAGTFTC/MCAGCC Regional Contracting Office Building 1102, Door 21 Twentynine Palms, CA 92278 Due to data processing procedures within the DoD Network, please submit all electronic attachments in PDF Format only. FAXED QUOTATIONS WILL NOT BE ACCEPTED
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/87e5ad88f8ed4620bf47322d84603ec1/view)
 
Place of Performance
Address: Twentynine Palms, CA 92278, USA
Zip Code: 92278
Country: USA
 
Record
SN06032045-F 20210617/210615230112 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.