Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2006 FBO #1609
SOLICITATION NOTICE

W -- SHORT-TERM RENTAL OF EARTH-MOVING EQUIPMENT FOR ROAD/PARKING LOT PROJECT

Notice Date
4/21/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Contracting and Facilities Management, Region 3 US Fish & Wildlife Service 1 Federal Drive, Room 652 Fort Snelling MN 55111
 
ZIP Code
55111
 
Solicitation Number
301816Q016
 
Response Due
5/5/2006
 
Archive Date
4/21/2007
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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. (ii) Solicitation number 301816Q016 is being issued in a Request For Quotations (RFQ) format. (iii) This solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08. (iv) This is a 100% Small Business Set Aside (SBSA) under Federal Acquisition Regulation (FAR) 19.502-2 only on condition that at least one responsible small business submits a responsive quote with a grand total price of less than the Simplified Acquisition Threshold. Under the defining North American Industrial Classification System (NAICS) code of 532412, a business is considered "small" if it does an average of less than $6.5 million in annual gross receipts [all affiliated businesses included; an affiliate is defined for these purposes as a business concern or individual who, directly or indirectly, (1) controls or can control the other, or (2) is a third party that controls or can control both]. All bidders must disclose their appropriate size standard in the submitted quotation(s) in order for the quotation to be considered responsive to this solicitation. (v) [See (vi) below for specifications and situational information and conditions] Line Item 0001: Rental of three (3) scrapers for the 12-week period of May 21 through August 12, 2006; Line Item 0002: rental of one (1) vibratory soil compactor with sheepsfoot drum for a two-month period, from June 1 through July 31, 2006; Line Item 0003: rental of one (1) vibratory soil compactor with smooth drum for two months, from June 12 through August 11, 2006; Line Item 0004: Transportation, permitting, mobilization and demobilization of all three (3) scrapers; Line Item 0005: Transportation, permitting, mobilization and demobilization of the sheepsfoot drum compactor; and Line Item 0006: Transportation, permitting, mobilization and demobilization of the smooth drum compactor. Quotes are to include a Grand Total price which, if different from the sum of the Line Item lump-sum subtotals, will be deemed as either a discounted or surcharged (whichever is appropriate) firm fixed price from the bidder. (vi) This earth-moving rental equipment (to be rented without operators) will be used for the construction of a two-lane gravel entrance road of about 6/10 mile in length, two parking lots and a four-acre wetlands area, all within the Ottawa National Wildlife Refuge (NWR) near Oak Harbor, Ohio 43449. The land there is flat and composed of topsoil and clay, with few rocks. All of this rental equipment will be needed seven days a week throughout the rental period(s), with each unit of equipment's estimated usage ranging from 250 to 300 hours per month. Each piece of rental equipment must be in full operational condition at the time of delivery and must remain in reasonable operating condition, operator-error excluded, for the duration of the rental period. Also, bidders must clearly explain what backup(s), if any, will be available in case mechanical breakdowns occur during this construction period, which is a critical timeframe because of negative impacts on Refuge wildlife at other times of the year. The following specific pieces of earth-moving/road building equipment will be needed: three (3) scrapers (each with an approximate capacity of 17 yards and an approximate engine power of 265 HP); and two (2) vibratory soil compactors (both with approximate size of 84 inches and approximate engine power of 150 HP), one with a sheepsfoot roller and the other with a smooth drum roller. For quotes to be considered responsive, the following information must be included for each of the five (5) pieces of proposed rental equipment: (1) the brand and model; (2) year of manufacture; (3) number of total hours of operation [each piece of equipment must be metered, and the meters must be in working order and accurate]; (4) number of hours since last major overhaul, if applicable; and (5) overall operating condition, self-rated as applicable if in used condition as "poor", "fair" , "good" or "excellent," or "new" if never before used. All three scrapers must be available and ready for use seven (7) days per week throughout the aforementioned twelve-week rental period. The two rollers will be needed throughout their two-month periods of rental. All rented equipment must be delivered to the Refuge free of vegetation in order to avoid introduction of exotic or noxious plant species into the Refuge. (vii) Delivery of the rental equipment shall be made F.O.B. Destination to the Ottawa National Wildlife Refuge, located near Oak Harbor, Ohio 43449. Delivery shall be completed prior to the beginning of the rental period. Contractor shall be responsible for removing ("demobilizing") the equipment following the end of the rental periods. Contractor's firm fixed price quotes within the mobilization/demobilization Line Items shall include all necessary transportation and permits costs to and from contractor's site (there are no monetary Refuge permits required). (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition (FAR provisions and clauses are available for review at http://www.arnet.gov/far). (ix) All responsible sources may submit a quotation, each of which shall be considered by the agency. All responsive quotes shall be evaluated using the following factors, ranked in descending order of importance: price; working condition of the equipment; availability during the designated period of performance (including backup capability); quality of determinative information provided for evaluation of the proposed rental equipment; past business performance and reputation; and additional availability of the same or different but comparable equipment before and after the stated periods of performance. Quotes must address all of these factors to be considered responsive. (x) Each offeror shall complete, and include with its quotation, FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Failure to submit this provision, properly completed, may result in a non-responsive quotation. (xi) The FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items pertains as applicable to this acquisition. (xiii) [N/A] (xiv) [N/A] (xv) [N/A] (xvi) Quotes shall be due in the FWS Region 3 CFM Office at Fort Snelling, Minnesota 55111-4056 by 4:30 p.m. CDT on May 5, 2006. Mailed and faxed quotes (including a completed FAR clause 52.212-3 and a list of at least three recent and comparable job references with points of contact) shall be submitted to the attention of Ken Kaseforth. Faxes to (612) 713-5151 may be made prior to that deadline, provided that the original signed and dated quote package is also postmarked and mailed first class (or faster) prior to the due date and time listed near the beginning of this paragraph. Offerors can submit their itemized quotes (i.e., Line Item lump-sum subtotals plus a grand total) using a federal Standard Form 1449, which may be downloaded from ttp://www.forms.gov/ bgfPortal/ citizen.portal. Regardless of form, all quotes are to be made "firm, fixed price FOB Destination" and are to be signed and dated by offeror's authorized representative. Note that this announcement 301816Q016 must also be incorporated into the quote and subsequent award, either by reference or direct attachment. (xvii) Questions about this solicitation should be directed to Contracting Officer Ken Kaseforth at (612) 713-5219.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144853&objId=125937)
 
Place of Performance
Address: Ottawa National Wildlife Refuge near Oak Harbor, Ohio
Zip Code: 43449
Country: US
 
Record
SN01032907-W 20060423/060421221213 (fbodaily.com)
 
Source
FedBizOpps 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.