Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2005 FBO #1301
SOLICITATION NOTICE

W -- Rental of hydraulic truck crane (with operator/crew)

Notice Date
6/17/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
96860-4549
 
Solicitation Number
N0060405T0556
 
Response Due
6/23/2005
 
Archive Date
7/1/2005
 
Point of Contact
Marisha Catian 808-473-7543 Stephen Durrett 808-473-7566
 
Description
This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. The Regional Contracting Department, Fleet and Industrial Supply Center (FISC), Pearl Harbor, Hawaii intends to rent a hydraulic truck crane (with operator/crew), including delivery and pickup for the Pacific Missile Range Facility (PMRF) on the island of Kauai, Hawaii. The hydraulic truck crane (herein referred to as crane) will serve as backup (see attached specifications and methodology) to two cranes that are on-site at PMRF in support of three lifts currently scheduled for July 6th, July 15th, and August 5th 2005 (dates may fluctuate). THE CRANE SHALL BE ON-SITE BY JUNE 30, 2005. The crane must have the capability to hoist 40,000 lbs., at a minimum of 66’ boom and 30’ radius. The operator/crew shall consist of the sufficient labor support to perfor! m the requirements of each lift. The operator/crew is only required to be on-site for the period of performance of each scheduled lift. Coordination of schedule to be determined between contractor and government point of contact. The crane will be on standby (on-site without its operator/crew) for the period of performance that no lift is scheduled. The contractor shall be prepared to lift multiple ordnance loads during the performance period in accordance with PMRF standard operating procedures. The contractor shall be on-site to observe a Pathfinder practice lift and shall be prepared to participate as required; and shall be on-site during periods when ordnance will be lifted and/or dismantled. Dates are subject to change and close coordination with the government point of contact is required. The contractor is responsible for providing comprehensive general liability insurance, workmen’s compensation for its employees and contractor equipment floaters for their eq! uipment; and must comply with the Contractor Crane Requirements referenced in NAVFAC P-307, paragraph 1.7.2., and all safety, security, and environmental regulations. Please annotate Solicitation No. N00604-05-T-0556. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION will not be issued. This procurement is 100% set-aside for small business concerns. The NAICS code and the small business size standard for this procurement is 234990 and $28.5 mil respectively. The FSC Code is W038. Award will be conducted under the provisions of FAR Part 12 – Commercial Item and FAR 13.5 – Simplified Acquisition Procedures. All prospective quoters are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. All responsible sources may submit a quotation in response to this synopsis, which shall be considered. This synopsis/solicitation is being issued as a Requ! est For Quotations (RFQ), for a combination firm-fixed price and indefinite delivery, requirements contract incorporating provisions and clauses in effect through Federal Acquisitions Circular 2005-04 and DFARS Change Notice 20050606. ITEM 0001: MOBILIZATION OF HYDRAULIC TRUCK CRANE; QTY: 1 EACH. Mobilization to include, but not limited to delivery, transportation and set up of crane to PMRF destination. ITEM 0002: DEMOBILIZATION OF HYDRAULIC TRUCK CRANE; QTY: 1 EACH. Demobilization to include, but not limited to tear down, transportation, and return of crane. ITEM 0003: HYDRAULIC TRUCK CRANE AND OPERATOR/CREW ON-SITE; ESTIMATED QTY: 17 DAYS. Crane and operator/crew shall be available on-site to serve as backup for lifts currently scheduled for July 6th, July 15th, and August 5th 2005 (dates may fluctuate). Rates to include all travel/per diem costs associated with operator/crew on-site. ITEM 0004: STANDBY OF HYDRAULIC TRUCK CRANE ON-SITE (WITHOUT OPERATOR/CREW). ESTIMATED QTY: 40 DAYS Quotes shall be FOB Destination, PMRF, Kauai, Hawaii. All qualified responsible sources may submit a quotation, which shall be considered by the agency. Contractor must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of Defense Contract awards. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet site http://www.ccr.gov/ for more information. The following clauses are applicable by reference: FAR 52.212-1, Instructions to Offerors—Commercial Items; FAR 52.212-4 Contract Terms and Conditions—Commercial Items; FAR 52.215-5 Facsimile Proposals; DFARS 252.204-7001 Commercial and Government Entity (CAGE) Reporting; and DFARS 252.225-7000 Buy American Act—Balance of Payments Program Certificate. The following clauses are incorporated by full text: FAR 52.204-7, Central Contracto! r Registration; FAR 52.212-2, Evaluation--Commercial Items, the following factors shall be used to evaluate offers: (1) Technically acceptable, (2) Price. Award will be made to the low cost, technically acceptable responsible offeror. FAR 52.212-3 Offeror Representations and Certifications—Commercial Items. The FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items, includes the following clauses incorporated by reference: FAR 52.222-19 Child Labor—Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Ve! terans (38 U.S.C. 4212), FAR 52.225-1 Buy American Act—Supplies, FAR 52.232-36 Payment by Third Party (May 1999) (31 U.S.C. 3332); FAR 52.222-41, Service Contract Act of 1965, as Amended (May 1989) (41 U.S.C. 351, et seq.); and FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). FAR 52.216-18, Ordering; FAR 52.216-19, Order Limitations; FAR 52.228-5, Insurance – Work on a Government Installation (Jan 1997); DFARS 252.204-7004 Alt A Central Contractor Registration; and DFARS 252.212-7000, Offeror Representations and Certifications – Commercial Items. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, includes the following clause incorporated by reference: DFARS 252.225-7001 Buy American Act and Balance of Payment Program (41 U.S.C. 10a- 10d, E.O. 10582). These clauses may be obtained via the Internet at! FAR site: http://www.arnet.gov/far or DFARS site: http://www.acq.osd.mil/dpap/dfars/index.htm. Other applicable clauses and information incorporated by full text: Local Clause L001 European Union Restrictions Regarding Nonmanufactured Wood Packaging and Pallets (FISCPH) (SEP 2002); Local Clause Oral Orders (Indefinite Delivery Contracts (FISCPH) (June 2005); Clause 5252.216-9403, Written Orders (Indefinite Delivery Contracts) (Jan 1992); Local Clause Ordering Activity and Ordering Officers (FISCPH) (June 2005); Local Clause G7, Payment by Government Purchase Card (FISCPH) (June 2005); Local Clause Department of Labor Determination of Minimum Wages and Fringe Benefits (FISCPH) (June 2005); Local Clause Liability, Automobile and Workmen’s Compensation Insurance (FISCPH) (June 2005); and Local Clause L331 Review of Agency Protest (FISCPH) (APR 2004). Other applicable information included in full text in the accompanying electronic attachments to this synopsis/solicitation: NAVFAC P-307, PARAGRAPH 1.7.2., CONTRACTOR CRANE REQUIREMENTS; and SPECIFICATIONS AND METHODOLOGY! . All prospective quoters interested in submitting a proposal for this solicitation shall include their name, address, telephone number and point of contact, fax number, e-mail address and commercial and Government Entity (CAGE) code. QUOTATIONS ARE DUE 4:00 P.M., HAWAII STANDARD TIME, ON JUNE 23, 2005. Proposals should supply an email address of the quoter if one is available. The quoter is encouraged to use the Standard Form 1449, “Solicitation/Contract Order for Commercial Items.” The form can be found at http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF. Facsimile proposals will be accepted at (808)473-5750, or may be e-mailed to marisha.k.catian@navy.mil. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JUN-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSUP/N00604/N0060405T0556/listing.html)
 
Record
SN00831902-F 20050619/050617211735 (fbodaily.com)
 
Source
FedBizOpps.gov 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.