Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2005 FBO #1453
MODIFICATION

W -- FORKLIFT RENTAL

Notice Date
11/16/2005
 
Notice Type
Modification
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-06-T-0004
 
Response Due
11/22/2005
 
Archive Date
12/7/2005
 
Point of Contact
Valaida Bradford, Contract Specialist, Phone 910 3960560, Fax 910 4329345,
 
E-Mail Address
bradforv@soc.mil
 
Description
The purpose of this Amendment corrects the period of performance in CLIN 0001 to read 1 December 2005 - 31 November 2006 from 1 December 2005 - 31 November 2005. The US Army Special Operations Command has a requirement for Forklift Rental for a year and an additional two option years. This is a combined synopsis solicitation for a commercial item prepared in accordance with FAR Subpart 12.6 and 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. All persons responding must reference solicitation number H92239-06-T-0004 which is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-06. It is the contractor’s responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at www.farsite.hill.af.mil. This requirement is unrestricted. The North American Industry Classification System Code (NAICS) is 532412 and the size standard is $6M. I. REQUIREMENT: 1. The Contractor shall provide a Gradall 534D9-45 Forklift or the equivalent as the forklift must be rough terrain capable and have a lifting capacity of no less than 9,000 lbs. 2. The forklift must have variable reach capability, an extending boom in which forklift tines of approximately 72 inches are placed. 3. The rental company must provide routine maintenance and services throughout the duration of the contract as well as be able to respond with repair or replacement of the rental forklift for all safety or performance deficiencies within a 24-hour period and provide a maintenance capability within 200 miles of Fort Bragg, North Carolina to ensure the equipment is operational and conforms to safety standards. 4. The forklift must be brand name, Gradall 534D9-45 forklift or its equivalent. 5. The contract requirement is for a rental forklift for a Base year beginning 1 December 2005 – 31 November 2006 and two additional option years through 2008 II. SCHEDULE CLIN 001- Rental of one (1) 9000 lb capacity forklift w/ variable reach for the period of 1 December 2005- 31 November 2005. Rental to include monthly maintenance and service at no cost to the government to ensure the equipment is operational and conforms to safety standards. Contractor to respond with repair or replacement of the rental forklift for all safety or performance deficiencies within a 24 hour period when contacted. CLIN 002 - Rental of one (1) 9000 lb capacity forklift w/ variable reach for the period of 1 December 2006- 31 November 2007. Rental to include monthly maintenance and service at no cost to the government to ensure the equipment is operational and conforms to safety standards. Contractor to respond with repair or replacement of the rental forklift for all safety or performance deficiencies within a 24 hour period when contacted. CLIN 003 - Rental of one (1) 9000 lb capacity forklift w/ variable reach for the period of 1 December 2007- 31 November 2008. Rental to include monthly maintenance and service at no cost to the government to ensure the equipment is operational and conforms to safety standards. Contractor to respond with repair or replacement of the rental forklift for all safety or performance deficiencies within a 24 hour period when contacted. III. PRICE Price proposal shall include pricing of each CLIN as stated above in the Schedule for the Base year and each option year. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-1, Instructions to Offerors-Commercial Items: 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: EVALUATION AND AWARD: Award will be made to the responsive, responsible offeror whose proposal conforms to this solicitation and is the “Best Value” to the Government. The following evaluation factors in the descending order of importance will be used to evaluate offers: (1) technical acceptability (2) Delivery and (3) Price. Technical acceptability is defined as the contractor’s ability to meet or exceed the requirement. Technical acceptability will be evaluated on a Pass or No-Pass basis. Only those offers evaluated, as Pass will be further evaluated and considered for award. Offers will be evaluated for delivery. Delivery is defined as the capacity of the offeror and affirmation by the offeror to conform with the need for the forklift to be in place on or before 1 December 2005. Offerors will be evaluated for Price. Price shall be quoted in accordance with the CLINs to be incorporated in the Schedule of Supplies and Services in the event an award is made. The factor of technical capability is significantly more important than delivery and price combined. Offers shall remain valid for a minimum of 30 days. 52.212-3, ALT I, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions, Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses in paragraph (b) applicable: 52-203-6, 52.219-8, 52.222-19, 52.222-21. FAR 52.222-3, Convict Labor, 52.225-1, Alt 1, Buy American Act-Supplies, 52.247-34, FOB Destination, 52.252-2, Clauses Incorporated by Reference, 52.252-6, Authorized Deviations in Clauses. DFARS 252.204-7004, Required Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses in paragraphs (a) and (b) applicable: 52.203-3. 252.232-7003 Electronic Submission of Payment Requests. PROPOSALS ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Valaida Bradford), Fort Bragg, North Carolina, 28310, not later than 12:00 p.m. EST, 22 November 2005. Fax submissions will be accepted at (910) 432-9345. E-mail submissions will be accepted at bradforv@soc.mil. It is the Contractor’s responsibility to ensure that the Contracting Officer receives proposals. QUOTES SHALL INCLUDE: (1) letter signed by an individual authorized to bind the organization with a schedule of the offered item to include unit and total price, (2) completed Representations and Certifications, and, (3) acknowledgment of any amendments that may be issued. Questions regarding this acquisition shall be submitted in writing and e-mailed to the Contracting Officer’s address provided not later than 18 November 2005. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contract for this requirement is Mrs. Valaida Bradford, Contract Specialist at (910) 396-0560, email, bradforv@soc.mil. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (16-NOV-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.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-06-T-0004/listing.html)
 
Place of Performance
Address: ONE DESERT STORM DRIVE BLDG E-2929
Zip Code: 28310
Country: US
 
Record
SN00933385-F 20051118/051116214113 (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.