Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2007 FBO #2008
SOLICITATION NOTICE

W -- Heavy Equipment Rental (17 Dump Trucks & 1 Wheel Loader)

Notice Date
5/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
International Boundary and Water Commission, Information Management Division, Acquisition Division, 4171 North Mesa, Suite C-100, El Paso, TX, 79902, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
IBM07R0003
 
Response Due
6/4/2007
 
Archive Date
6/19/2007
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. (ii) Solicitation IBM07R0003 is issued in a Request for Quotes format. (iii) This solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-16. (iv) IBM07R0003 is based upon unrestricted competition - offers will be accepted from all responsible sources. The North American Industrial Classification System (NAICS) code is 532412 for construction, mining, and forestry machinery and equipment rental and leasing, with a corresponding small business size standard of $6.5 million in gross receipts averaged for the past three years. All offerors must disclose their appropriate size standard in the submitted quotation(s) in order for the quotation to be considered responsive to this solicitation. (v) Contract Line Item Number (CLIN) 0001: Seventeen (17) Dump Trucks. CLIN 0002: One (1) Wheel Loader. For the requirements contract, use a year for the lease period when calculating the CLIN total. Provide a Unit Price/Each Piece of Equipment/Month, and Total Cost. For each CLIN provide the Equipment Manufacturers and Model Numbers in proposals responding to this solicitation. (vi) SPECIFICATIONS: CLIN 0001: Seventeen (17) Dump Trucks, 12 to 14 cubic yard capacity. All trucks must be diesel fueled and equipped with automatic transmission, air conditioner, heater, defroster, dump bed tarps, and backup alarm. CLIN 0002: One (1)Wheel Loader, with Five (5) cubic yard bucket with bolt-on cutting edge/straight edge. Engine: Net Rated Power (ISO 9249): 260 hp @ 1800 rpm, Gross Power (SAE J1995): 280hp; Diesel fueled and equipped with hydraulic steering, and cab with Roll Over Protection Structure (ROPS), air conditioner, heater, defroster, front and rear windshield washers and intermittent wipers, rearview mirrors [Two (2) Oustide and Two (2) Inside], Backup Alarm. END OF SPECIFICATIONS. (vii) Delivery of the rental equipment shall be F.O.B Destination to the American Dam Field Office, 2616 West Paisano, El Paso, TX 79922, as directed by the Contracting Officer's Representative (COR) or the project field supervisor(s). The requirements contract will have a performance period from contract award through 365 calendar days later. The Contracting Officer will issue Delivery Orders at the unit prices within the Requirements contract. The initial Delivery Order(s) will cover a six-month duration. The equipment shall be delivered 06-11-07. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition (FAR provisions and clauses are available for review at http://www.arnet.gov/far). ADDENDA FOR 52.212-01: Elaboration of the paragraphs of the clause is as follows: (b) Submission of offers is expanded to include acceptance of facsimile proposals as referenced in the provision incorporated by reference, 52.215-05 Facsimile Proposals (Oct 1997). (h) Multiple awards: Award will be made in accordance with multiple award evaluation procedures at FAR part 14.201-8 (c), The Contracting Officer shall assume, for the purpose of making multiple awards, that $500 would be the administrative cost to the Government for issuing and administering each contract awarded under this solicitation. Individual awards shall be made for the items, or combinations of items, that result in the lowest aggregate cost to the Government, including administrative costs. (ix) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraphs (a) and (b) of this provision are hereby replaced with the following: Award will be made on the basis of the lowest evaluated price of quotation meeting or exceeding the acceptability standards for non-price evaluation factors. The non-price evaluation factors and their acceptability standards are: (1) Technical capability of the item offered to meet the Government requirement; and (2) Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. The USIBWC will evaluate past performance based on contacting references provided by the contractor, the Government's knowledge of quoters past performance, and/or references obtained from any other source. Quoters shall provide a list of five past contracts/projects completed within the last three years, which they consider similar in nature (include contract amount, title, point of contact, firm name, address, telephone and e-mail address). (x) Quoters shall complete and return with their quotation a copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Paragraph (i)(1) Listed End Products of the clause has been filled-in with None Applicable To This Acquisition. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. ADDENDA FOR 52.212-4: Elaboration of the paragraphs of the clause is as follows: (e) Definitions - Contracting Officer: Contracting Officer means a person with the authority to enter into, administer and/or terminate contracts and make related determinations and findings. The terms include certain authorized representatives of the Contracting Officer acting within the limits of their authority as delegated by the Contracting Officer. The Contracting Officer for this contract is: Colleen Jaye Elliott, USIBWC Acquisitions Division, 4171 North Mesa, Suite C-100, El Paso, TX 79902-1441, telephone 915-832-4714, fax 915-832-4192, & e-mail: colleenelliott@ibwc.state.gov. Contracting Officer Authority: No understanding or agreement between the Contractor and any Government employee, other than those made by the Contracting Officer, on any contract, modification, delivery order, letter or verbal direction to the Contractor, be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by the Contracting Officer. The Contractor is hereby put on notice that in the event of a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation. Contracting Officer's Technical Representative: The Contracting Officer shall designate an individual to act as the Contracting Officer's Representative (COR) during the term of the resultant contract. The Contracting Officer's Representative will represent the Contracting Officer in the technical phases of the work and will act in a liaison capacity to coordinate activities between the Contractor and the Government as required by this contract. A COR is NOT a Contracting Officer and DOES NOT have authority to take any action, either directly or indirectly, that would change the pricing, quantity, quality, place of performance, delivery schedule, or any other terms and conditions of the contract, or to direct the accomplishments of effort which goes beyond the scope of the statement of work in the contract. (f) Excusable Delays - Notification to the Government of Delays: In the event the Contractor encounters difficulty in meeting performance requirements, or when he anticipates difficulty in complying with the contract delivery schedule or dates, or whenever the Contractor has knowledge that any actual or potential situation is delaying or threatens to delay the timely performance of this contract, the Contractor shall immediately notify the Contracting Officer and the COR, in writing, giving pertinent details; provided, however, that this data shall not be construed as a waiver by the Government of any delivery schedule or dates of any rights or remedies provided by law or under the contract. (i) Payments: Payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government. (xii) The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional clauses cited in 52.212-5 are applicable to this acquisition: 52.203-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52,222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-33, and 52.239-1. (xiii) The following additional FAR clauses apply to this acquisition: 52.216-18, Ordering (Oct 1995) paragraph (a) is completed as: From contract award through the end of the base year; 52.216-19, Order Limitations (Oct 1995) paragraphs are completed: (a) one (1) dump truck and/or one (1) wheeled loader, (b)(1)and (2)seventeen (17) dump trucks and/or one (1) wheeled loader, (b)(3) thirty (30) calendar days, and (d) ten calendar; as well as 52.216-21, Requirements (Oct 1995) paragraph (f) is completed as 180 calendar days following the expiration of the contract base year. (xiv) This solicitation is not a Defense Priorities and Allocations System (DPAS) Rated Order. (xv) No Numbered Notes are applicable to this solicitation. (xvi) Quotes are due to the USIBWC, Acquisitions Division, 4171 N Mesa, Suite C-100, El Paso, TX 79902-1441 by 2:00 p.m. MDST on June 4, 2007. Offerors may submit quotes by mail or facsimile transmission to the attention of Colleen Elliott. The fax number is 915-832-4192. Quotes are to include a completed FAR Clause 52.212-3 and be signed and dated by an offeror?s authorized representative. Incorporate this RFQ Number IBM07R0003 into the quote either by reference or by direct attachment. (xvii) Questions about this solicitation should be directed to the point of contact below.
 
Place of Performance
Address: USIBWC Levees within El Paso County, El Paso, TX
Zip Code: 79922
Country: UNITED STATES
 
Record
SN01303803-W 20070527/070525221947 (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.