Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2008 FBO #2272
SOLICITATION NOTICE

W -- Long term & short term Heavy Equipment Lease Blanket Purchase Agreement

Notice Date
2/13/2008
 
Notice Type
Solicitation Notice
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
USPFO for California, P.O. Box 8104, San Luis Obispo, CA 93403-8104
 
ZIP Code
93403-8104
 
Solicitation Number
W912LA-08-T-6010
 
Response Due
2/27/2008
 
Archive Date
4/27/2008
 
Point of Contact
Stella Davis, 805-594-6287
 
E-Mail Address
Email your questions to USPFO for California
(stella.davis2@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in 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. The solicitation W912LA-08-T-6010 is issued as a Request for Quotations. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 200 5-23, effective 26 December 2007. This procurement is unrestricted and issued under NAICS code 532412. The small business size standard for this NAICS code is $6.5M. The California National Guard intends to establish one or more Blanket Purchase Agreeme nts (BPA) for the furnishing of all labor, material, supplies, equipment, transportation, required maintenance and supervision necessary for the lease/rental of various types of earthmoving and excavation equipment for Task Force Steel Castle, San Diego, C A 92154. BACKGROUND: The California National Guards mission involves the training of out of state National Guard units in two week rotations while constructing a border fence and supporting road network along the US/Mexican border from Imperial Beach, CA to the CA/AZ border. Some of the more standard equipment will be used for the duration of the project. Other equipment will be will be leased only for rotations as needed. EQUIPMENT REQUIREMENTS: *Excavators w/AC & Thumb; * Excavators w/AC & hydrauli c breaker; * Excavators w/AC & breaker; * Excavators w/AC & long reach; * Excavators w/AC & 5 yard bucket; *Hydraulic Excavator w/AC Hydraulic Thumb; *Excavator (gradeall type); *24 Compactor; *Scraper; *Scraper w/EROPS and A/C; *Rubber Tire Compactor w/E ROPS and A/C; *Wheel dozer w/EROPS and AC (339HP); *Wheel dozer w/EROPS (450HP); *Grade master drag; *Track dozer w/EROPS and AC w/parallelogram ripper; *Track dozer w/EROPS and AC multi-shank ripper and slopeboard; *Dozer w/EROPS and AC push CAT (cushion blade); *Dozer w/EROPS and AC PAT blade full hydraulic; *Backhoe w/EROPS and AC, breaker min 42 inches; *Backhoe w/EROPS and AC, Auger drive motor hexagonal shaft 2 inches; *Backhoe Loader w/AC, side shift backhoe digging dept: up to 14 ft 3 inches; *IT Ca rrier backhoe w/EROPS and AC Auger; *Wheel loader w/EROPS and AC Ride Control; *It carrier skip loader Gannon; *Compactor w/EROPS and AC multi-purpose; *Vibra roller 84 inches; *Sheepsfoot self propelled w/blade, w/EROPS and AC; *Soil compactor, towed shee psfoot; *Water truck 2x2; *Water truck w/AC, Articulated 6 wheel drive; *Water tower; *Waterpull w/EROPS and AC; *Articulated boom manlift; *Forklift, high reach; *Forklift, 30k; *Forklift, 8k; *Arc welder (180); *Diesel welder (250); *Dump truck w/AC, 30 ton; *Dump truck w/AC, 35 ton; *Dump truck w/AC, 40 ton; *650 CFM Compressor; *185 CFM Compressor; *Generator, 20kw; *Generator, 24kw; *Grader w/low profile EROPS and AC; *Dump Truck 2x2; *Vibre plate; *Survey equipment; *Service truck w/AC; *Small servic e truck w/AC; *Flatbed truck w/AC; *Lowbed trailer; *Boom truck w/AC (10 ton); *Lowbed Tractor w/AC; *INSTRUCTOR FOR TRAIN UP; *MECHANICS ON WORK SITE; *HAULING SERVICE. The following documents will be provided to interested parties: Performance Work Sta tement, Equipment Specification Requirements, Rotation Schedule, Equipment Usage Estimates (which months of the yr and how many total rental months per piece of equip), Delivery Addresses, Vendor Selection Criteria, and Bid Sheet. Compliance with the requ irements stated therein will be mandatory under the terms of the awarded BPA or BPAs. Interested parties will also receive the tentative leasing schedule. Awardee(s) will be required to furnish and transport the needed equipment on the stated dates at t he indicated locations and for the indicated duration then remove it when no longer needed. LABOR REQUIREMENTS: Regular work hours are M-F, 0700-1700 (except Federal Holidays) October through February. March through September crews will normally work M-S 0700-1700. CONTRACTOR RESPONSIBILITIES: *Lease of equipment; *Repairs, maintenance & other services to leased equipment; *Extraction and movement of any equ ipment in need of repair at construction site that will be repaired elsewhere and returned to construction site; *Must have readily available a source of reoccurring repair parts and consumables (i.e. cutting edges, blades, grader/scraper/backhoe tires, an d cutting teeth); *Equipment down time must not exceed 24 hours after notification to the contractor of the need for repair. Within that time frame, equipment repair must be completed, or the equipment must be replaced with an equivalent piece at no cost to the government; *Furnish onsite repair person and contact truck to job sites with six (6) or more pieces of large excavating equipment in one area (March  Sept only); *Furnish operator training on all Contractor furnished equipment to new operators as needed and at the beginning of each two (2) week or longer rotation. SUBMITTALS: All offers are to include: 1. Completed Bid Sheet (1 month, 6 month & yearly pricing, plus option years for each); 2. Equipment Validation Documentation: certificates of co mpliance, manufacturers description data and product information for items specified on bid sheet; 3. List of Completed Projects, POC and contact information; 4. Completed 52.212-3 ALT 1, Offeror Representations and Certifications; 5. Completed 252.212-70 00, Offeror Representations and Certifications  Commercial Items; and 6. Completed 252.225-7000, Buy American Act-Balance of Payments Program Certificate (unless the offeror has already completed this certification in Online Representations and Certificat ions Application (ORCA), http://orca.bpn.gov). BPA period of service will be from date of award to 30 SEP 08 with 4 option years. Simplified Acquisition Procedures will be utilized. Multiple awards may be issued to meet our requirements. Offers will be evaluated as to the best value to the Government. The following evaluation factors will be considered (listed in order of importance): Equipment, Past Performance and Price. All evaluation factors other than cost or price, when combined, are significan tly more important than cost or price. The Govt intends to evaluate offers and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Govt reserves the right to conduct discussions if the Contractin g Officer later determines them to be necessary. FAR 52.212-1, Instructions to Offeror-Commercial Items; 52.212-2, Evaluation-Commercial Items and 52.212-3 ALT 1, Offeror Representations and Certifications apply to this acquisition and must be fully compl eted and submitted with offer. The clause at FAR 52.212-4, Contract Terms and Conditions; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this acquisition. The following clauses are incorporated: 52.203-6 Alt. I, Restrictions on Subcontractor Sales to the Government (Alternate I); 52.208-4, Vehicle Lease Payments; 52.208-5, Condition of Leased Vehicles; 52.208-6, Marking of Leased Vehicles; 52.208-7, Tagging of Leased Vehicles; 52. 219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Alt. 2, Small Business Subcontracting Plan (Alternate II); 52.219-16, Liquidated Damages  Subcontracting Plan; 52 .219-28, Post-Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Ac tion for Disabled Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans;5 2.232-33, Payment by Electronic Funds Transfer-Central Contractor registration; 52.232-36, Payment by Third Party; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.233-2, Service of Protest. The provisions/ clauses at DFARS 252.212-7000, Offeror Representations and Certifications  Commercial Items apply to this acquisition and must be fully completed and submitted w ith offer; 252.212-7001, Contract terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items are applicable to this acquisition. The following clauses are incorporated: 52.203-3, Gratuities; 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.219-7003, Small Business Subcontracting Plan (DoD contracts); 252.225-7001, Buy American Act and Balance of Payment Program; 252-226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterpr ises, and Native Hawaiian Small Business Concerns; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea; and 52.247-7024, Notification of Transportation of Supplies by Sea. The provisions/ clauses at DFA RS 252.225-7000, Buy American Act-Balance of Payments Program Certificate apply to this acquisition and must be fully completed and submitted with offer (unless the offeror has already completed this certification in Online Representations and Certificatio ns Application (ORCA), http://orca.bpn.gov); 252.232-7010, Levies on Contract Payments; and 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country are also applicable to this acquisition. All vendors must be registered i n the Central Contractor Registration (CCR). Quotes are due NLT 27 FEB 08 by 1200 hours at USPFO for California, Contracting Office, HWY 1, BLDG 633, PO Box 8104, San Luis Obispo, CA 93405. Requests shall be in writing to the above address, email or fax requests to (805) 594-6348, ATTN: Stella Davis.
 
Place of Performance
Address: USPFO for California P.O. Box 8104, San Luis Obispo CA
Zip Code: 93403-8104
Country: US
 
Record
SN01508069-W 20080215/080213224653 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.