|
COMMERCE BUSINESS DAILY ISSUE OF JULY 3,1996 PSA#1629US Property and Fiscal Officer for New Mexico, ATTN: Contracting
Division, 47 Bataan Blvd., Santa Fe, NM 87505 W -- LEASE OF TRACK HOE W/BREAKER, ROCK CRUSHER 60TPH, WATER TRUCK,
FORK LIFTS. FT. DEFIANCE, AZ AND FT. WINGATE, NM Sol DAHA29-96-R-0008.
Contact Point, Molloy J. DeFrates, 505/474-1820, Contracting Officer.
Solicitation Notice. 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
New Mexico National Guard Nation Building Project is in need of the
following equipment: LINE ITEM 0001, 2 ea Track Hoes w/breaker, 325
equivalent; LINE ITEM 0002, 1 ea 1600 gal truck mounted water
distributor (direct spray); LINE ITEM 0003, 1 ea Rock Crusher, 60 tons
per hour (T.P.H.), 3 inch out put; LINE ITEM 0004, 1 ea Fork Lift,
4000 lb capabilities, LINE ITEM 0005, 1 ea Fork Lift, 6000 lb
capabilities. This equipment will be used from 1 August 1996 through 31
September 1996, the Government does intend to exercise options to
extend on a month-to-month basis subject to availability of funds.
Bidders are to submit a monthly rate for the above listed equipment.
The above mentioned equipment will be used to operate a quarry site
excavation, control dust, crush rock to 3 inch size, lift equipment off
of rail cars and move equipment safely. The track hoe w/breaker must be
equivalent to a 325 Caterpillar model. The truck mounted water
distribution system must be able to carry 1600 gallons or more, but NTE
2000 gallons, must be a direct spray system, and tires in good
conditions. The rock crusher must be at least at 60 tons per hour and
have a 3 inch out put. The fork lifts must be 1990 or newer, 4000 and
6000 lb, minimum of 110 hp, all terrain model, maximum lift at 12'
high, maximum 8' fork length. All above mentioned equipment must be
diesel powered. The equipment must be serviced when required. In the
event of equipment failure a qualified mechanic must be provided at the
site to bring equipment up and running within a 12 hour period. If
equipment cannot be repaired within this time period a replacement must
be provided within 24 hours. This equipment must be delivered to two
different locations: forklifts, 2 ea, to Fort Wingate, AZ; track hoe
w/breaker, 1600 gallon truck mounted water distributor (direct spray),
rock crusher, 60 TPH with 3 inch capability of out put, will be
delivered to the job site, which is in the Fort Defiance, AZ area,
approx. 5 miles northwest to the quarry site. Requirements on
equipment: extension on contract if equipment is needed beyond
contract; termination of contract if equipment is not needed prior to
end of contract. The requirement for this equipment is subject to final
project approval by the Navajo Nation. The solicitation number is
DAHA29-95-R-0008 and is issued as a Request for Proposal (RFP). The
solicitation document and incorporated provisions and clauses are those
in effect through the most recent Federal Acquisition Circular. The
clause at FAR 52.212-1, Instructions to Offerors-Commercial applies to
this acquisition with no addenda. The evaluation of proposals will be
based on price and technical capability in accordance with FAR
52.212-2 Evaluation - Commercial Items. Proposals must include all
applicable State and Local taxes. This RFP is unrestricted as to large
or small business. The SIC code is 7353. Offerors must include a
completed copy of the provision at FAR 52.212-3, Offerer
Representations and Certifications - Commercial Items, with their bid.
The clause at FAR 52.212-4, Contract Terms and Conditions, applies to
this acquisition with no addenda. The clause at 52.212-5 Contract
Terms and Conditions Required to implement Statutes or Executive Orders
- Commercial Items, applies to this acquisition. The following
additional FAR clauses, incorporated by reference, also apply. Full
text may be obtained by contacting the POC as previously stated.
52.222-3, Convict Labor (E.O. 11755); 52.223-3, Protest After Award (31
U.S.C. 3553 and 40 U.S.C. 759); 52.233-3, Protest After Award (31
U.S.C. 3553 and 40 U.S.C. 759); 52.203-6, Restrictions on Subcontractor
Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C.
2402); 52.203-10, Price or Fee Adjustment for Illegal or Improper
Activity (41 U.S.C. 423); 52.219-14, Limitation on Subcontracting (15
U.S.C. 637(a) (14)); 52.222-25, Equal Opportunity (E.O. 11246);
52.222-35, Affirmative Action for Special Disabled and Vietnam Era
Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for
Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.
4212); 52.243-1, Changes-Fixed Price, Alternate II; 252.211-7000,
Termination-Commercial Items; 52.203-9 Requirement for Certificate of
Procurement Integrity-Modification; 52.215-2, Audit and Records-
Negotiation; 52.225-11, Restrictions on Certain Foreign Purchases;
52.217-9, Option to Extend the Term of the Contract - Total duration of
the contract including options is not expected to exceed six (6)
months. Offers are due by close of business on 19 July 1996 and may be
faxed to USPFO, Attn: Contracting, Molly DeFrates, (505) 474-1821.
Award will be made on or about 24 July 1996. (178) Loren Data Corp. http://www.ld.com (SYN# 0156 19960702\W-0001.SOL)
W - Lease or Rental of Equipment Index Page
|
|