Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2008 FBO #2449
SOLICITATION NOTICE

37 -- TrackHoe Excavator Rental

Notice Date
8/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Lewis, Bldg 2015 Box 339500, Fort Lewis, WA 98433
 
ZIP Code
98433
 
Solicitation Number
W68GY3-08-Q-010001
 
Response Due
8/15/2008
 
Archive Date
2/11/2009
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W68GY3-08-Q-010001 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 423810 with a small business size standard of 100 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-08-15 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Yakima, WA, WA 98901 The USA ACA Fort Lewis requires the following items, Meet or Exceed, to the following: LI 001, Rental for Three month period of Track-Hoe Excavator: Place of Performance: Yakima Training Center, Yakima, WA. Period of Performance: Upon delivery of Rental unit and for a period of at least 2 Months and not to exceed Four Months. Target is 3 Months. Minimum Track-hoe Excavator Specifications: Tracked Self propelled 18 or 24 inch rubber tracks preferred; Minimum operating weight: 14,500 lbs; maximum overall weight 20,000 pounds. Equipped with :Hydraulic Thumb; 24 inch heavy duty bucket; Reach and lift capacities with Thumb Devise: Minimum maximum reach at ground line 18 feet; Minimum maximum front load at ground line 1,750 lbs; Minimum maximum side load at ground line 1,750 lbs. Vendor is for delivery and pickup at YTC Cantonment Area. Government is to provide all day to day operation and maintenance (fuel, oil, filters, and grease). Contractor shall take care of any other repairs that are not the result of operator error. Government will at time of return, insure that vehicle is fully fueled and all liquids are at operating levels. Contractor shall submit quote as monthly rate, but submit here: Daily Rate of $ ________ per day, Weekly Rate $ ________ per week., 3, Mo; LI 002, Pricing for Government failure to refill vehicle fuel tank prior to return. Pricing shall be fuel charge per gallon of fuel. Contractor shall insert in response maximum fuel in gallons that quoted vehicle will hold. 50 Gallons shall be used to for quote evaluation., 50, GA; LI 003, Damage Waiver Charge: This Contract Line Item Number is to cover any charge for Government Damage to vehicle. Government shall inspect vehicle prior to acceptance of vehicle prior to starting CLIN 0001. Both Contractor and Government shall inspect vehicle prior to return to contractor acceptance at end of rental. Contractor shall submit a claim for any Government Damage found at this inspection. For competition purposes this amount shall be $ 100.00 for all Vendors., 1, EA; For this solicitation, USA ACA Fort Lewis intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Lewis is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to max.d.putnam@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 5 days or less after receipt of order (ARO).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1d7a503d339e652862291929e66975ca&tab=core&_cview=1)
 
Place of Performance
Address: Yakima, WA , WA 98901<br />
Zip Code: 98901-9399<br />
 
Record
SN01635446-W 20080810/080808223107-1d7a503d339e652862291929e66975ca (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.