Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 8,1999 PSA#2320

Dir of Contracting, SIOLE-KOP, CDRLEAD, 1 Overcash Avenue, Chambersburg, PA 17201-4152

W -- RENTAL OF EQUIPMENT SUCH AS VARIOUS TYPES OF FRONT END LOADERS, BULLDOZER, BACKHOE, EXCAVATOR, GRADER, ROLLER VIBRATOR, AND DIESEL TRACTOR SOL DAAH17-99-Q-0075 DUE 042199 POC Point of Contact -- Mona Holtry, Contract Specialist, 717-267-9810 x312. Contract Officer, Brenda S. Earnest, 717-267-817 x260 E-MAIL: Dir of Contracting, tkeller@letterkenn-emh1.army.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603 of the Federal Acquisition Regulations (FAR), 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 solicitation number is DAAH17-99-Q-0075, and will be issued as a Request for Quotation (RFQ). The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 97-10. The Standard Industrial Classification is 7513 and the size standard is $18.5 mil. Item 0001, Base Year, Contractor shall provide the following equipment on a rental basis as needed for Letterkenny Army Depot (LEAD), Chambersburg, PA. Item 0001AA, Qty 12 MO, Front end loader, full-tracked, caterpillar 973 or 963, equipped with a 3.5 or 4.2 cubic yard bucket, heated and A/C cab with roll over protective structure (ROPS). Item 0001AB, Qty 12 MO, Bulldozer, caterpillar model D8 or D9, equipped with heated and A/C cab with ROPS. Item 0001AC, Qty 12 MO, Backhoe, 4-wheel drive, case model 580K, industrial duty hoe equipped with heated and A/C cab with ROPS. Item 0001AD, Qty 12 MO, Backhoe, John Deere, 4 wheel Drive, heated and A/C cab with ROPS. Item 0001AE, Qty 12 MO, Excavator, rubber tired, equipped with a 48" bucket, heated and A/C cab with ROPS. Item 0001AF, Qty 12 MO, Grader, caterpillar, model 1306 equipped with heated and A/C cab with ROPS. Item 0001AG, Qty 12 MO, Loader, full tracked, caterpillar model 963, equipped with a 2 3/4 cubic yard bucket, heated and A/C cab with ROPS. Item 0001AH, Qty 12 MO, Loader, scoop type, 4x4 equipped with a 5 cubic yard bucket, heated and A/C cab with ROPS. Item 0001AJ, Qty 12 MO, Loader, scoop type, 4x4 equipped with 2 1/2 cubic yard multi-purpose bucket, heated and A/C cab with ROPS. Item 0001AK, Qty 12 MO, Loader, Trencher with cab equipped for accessories, bobcat 853H. Item 0001AL, Qty 12 MO, Roller vibrator, single drum, Ingersol Rand, model SP48, equipped with heated and A/C cab with ROPS. Item 0001AM, Qty 12 MO, Roller vibrator, type II, Ingersol Rand, model DA30. Item 0001AN, Qty 12 MO, Tractor diesel, 90 HP equipped with cab. Item 0001AP, Qty 12 MO, Bulldozer, caterpillar, model D7F, equipped with heated and A/C cab with ROPS. All items are as stated or equivalent. Proposals for equal equipment must be submitted with descriptive literature supporting that all minimum salient characteristics have been met. Offerors shall provide monthly pricing for each item for a Base Year and 4 Option Years. Contractor shall provide rental and all required maintenance. Equipment shall be rented on an as needed basis for period of one week to several months. Equipment to be delivered within 48 hours of notification. Equipment to be in full operating condition upon delivery. Compensation for rental periods of less than one month would be pro-rated based on the monthly rental cost. Normal preventative maintenance of rented equipment to be scheduled and performed by the vendor at the convenience of the government. Repair maintenance service to be located within a 50 mile radius of LEAD. Requests for repair maintenance to be answered by the arrival of the vendor's service technician(s) within 24 hours of phone notification of a break down. If the repair cannot be effected by the vendor to the leased equipment within 48 hours of initial notification, the vendor shall furnish another piece of rental equipment to the government, comparable to the original piece, for the duration of the rental period. Any offers received from a business firm outside that radius must be supported with information on a subcontractor that will perform the maintenance work that is located within the allowable radius. Delivery shall be FOB Destination to Organizational Supply Officer, LEAD, 1 Overcash Avenue, Chambersburg, PA 17201-4152. FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS applies to this acquisition. Paragraph (h) of Clause 52.212-1 allows for Multiple Awards; however, this solicitation is being evaluated on an "All or None" basis. Offerors must include a completed copy of FAR 52.212-3 ALT III OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with their quotation. The following clauses also apply to this solicitation: FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS and FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS. The following clauses cited in FAR 52.212-5 are also applicable: FAR 52.222-3 CONVICT LABOR, FAR 52-233-3 PROTEST AFTER AWARD, FAR 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT, WITH ALTERNATE 1, FAR 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS, FAR 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS, FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES, FAR 52.222-26 EQUAL OPPORTUNITY, FAR 52.222-35 AFFIRMATIVE ACTION FOR DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA, FAR 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES, FAR 52.222-37 EMPLOYMENT REPORTS ON DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA, FAR 52.222-41 SERVICE CONTRACT ACT OF 1965, FAR 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES, FAR 52.222-43 FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT -- PRICE ADJUSTMENT, AND FAR 52.222-47 SCA MINIMUM WAGES AND FRINGE BENEFITS APPLICABLE TO SUCCESSOR CONTRACT PURSUANT TO PREDECESSOR CONTRACTOR COLLECTIVE BARGAINING AGREEMENT. In addition, the following are applicable: FAR 52.203-3 GRATUITIES, FAR 52.203-8 CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY, FAR 52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY, FAR 52-203.11 CERTIFICATION & DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS, FAR 52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS, FAR 52.204-4 PRINTING/COPYING DOUBLE-SIDED ON RECYCLED PAPER, FAR 52.204-6 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER, FAR 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT, FAR 52.215-5 FACSIMILE PROPOSALS FAX NO.(717-267-9834), FAR 52.217-5 EVALUATION OF OPTIONS, FAR 52.217-8 OPTION TO EXTEND SERVICES, FAR 217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT, FAR 52.228-5 INSURANCE-WORK ON A GOVERNMENT INSTALLATION, FAR 52.229-3 FEDERAL, STATE, AND LOCAL TAXES, FAR 52.232-17 INTEREST, FAR 52.232-23 ASSIGNMENT OF CLAIMS, FAR 52.242-15 STOP-WORK ORDER, FAR 52.232-33 MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER PAYMENT, FAR 52.232-4002 PAYMENT UTILIZING A GOVERNMENT CREDIT CARD, FAR 52.233-2 SERVICE OF PROTEST, FAR 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT & VEGETATION, FAR 52.239-4500 REQUIREMENT FOR INFORMATION REQUIREMENT FOR INFORMATION TECHNOLOGY TO BE YEAR 2000 COMPLIANT, FAR 52.239-4700 YEAR 2000 WARRANT-COMMERCIAL SUPPLY ITEMS, FAR 52.242-13 BANKRUPTCY, FAR 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS AND COMMERCIAL COMPONENTS, FAR 52.247-34 F.O.B. DESTINATION, FAR 52-249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) AND FAR 52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE). FAR 52.253-1 COMPUTER GENERATED FORMS, DFARs 252.204-7001 COMMERCIAL AND GOVERNMENT ENTITY (CAGE) CODE REPORTING, DFARs 252.204-7004 REQUIRED CENTRAL CONTRACTOR REGISTRATION, DFARs 252.211-7003 BRAND NAME OR EQUAL, DFARs 252.243-7001 PRICING OF CONTRACT MODIFICATIONS. Quotations may be submitted on Standard Form 1449. The Defense Priorities and Allocations System (DPAS) is "DOS10". The due date and time for receipt of proposals is 4:00 p.m. EST on April 16, 1999 at the Directorate of Contracting, Attn: SIOLE-KOP, Bldg. 421S, Mona Holtry, LEAD, Chambersburg, PA 17201-4152. All quotations must reference the solicitation number and the due date for receipt of quotations. In addition to this, each quotation must contain the name, address and telephone number of the offeror as well as any discount terms that are offered and the remit to address (if different from the mailing address). If offer is not submitted on Standard Form 1449, it must include a statement specifying the extent of agreement with all terms and conditions of this solicitation. Any quotations that reject the terms and conditions of this solicitation or do not include the certifications and representations contained in FAR 52.212-3 may be excluded from consideration. All offerors must hold their prices firm for 30 calendar days from the due date specified for receipt of quotations. Any amendments hereby issued to this solicitation will be synopsized in the manner as this solicitation and must be acknowledge by each offeror. Any quotations or modifications to quotations received after the specified due date for receipt of quotations may not be considered. The Government may make an award with or without discussions with offerors. Therefore, the offeror's initial proposal should contain the offeror's best terms. A written notice of contract award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer shall result in a binding contract without further action by either party. Before the specified expiration date of an offer, the Government may accept that offer unless a written notice of withdrawal is received prior to award. Offerors shall specify size and classification as required by FAR 52.212.3. All clauses and provisions referenced in this announcement may be accessed at the following website: http:/www.gsa/gov/far current. NO CALLS PLEASE. Posted 04/06/99 (D-SN316625). (0096)

Loren Data Corp. http://www.ld.com (SYN# 0183 19990408\W-0003.SOL)


W - Lease or Rental of Equipment Index Page