Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2008 FBO #2552
SOLICITATION NOTICE

W -- Storage Trailer Rental

Notice Date
11/19/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, Army Reserve Contracting Center - North, Army Reserve Contracting Center - North, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5153
 
Solicitation Number
W911SA09T0017
 
Response Due
11/25/2008
 
Archive Date
1/24/2009
 
Point of Contact
Catherine Gierke, 608-388-6104<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Simplified Acquisition procedures in FAR 13 and the format in subpart 12.6, 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. W911SA-09-T-0017 is issued as a Request for Quotation (RFQ) and is due by 25 Nov 2008. The RFQ is a fixed price not-to-exceed contract for the base period 9 December 2008 through 8 December 2009 and one option year. This is a small business set-aside, with NAICS code 532120, and the small business size standard is $25.5 million. This requirement is to furnish the following: CLIN 0001 (base year) and CLIN 1001 (option year 1) to lease a quantitiy not-to-exceed (NTE) of 25 Trailers that are 48 feet long,102 inches wide, and13 feet high; weather tight and lockable; trailers shall be able to be moved by Fort McCoy personnel around the Fort McCoy Cantonment area; terms are monthly charge per trailer and a one time delivery and pick up charge per trailer. Contractor responsibility: Perform repair, scheduled and unscheduled maintenance as required for each trailer; provide a 24/7 phone number and, respond to a trouble call, from POC listed below, within one hour of notification by telephone to POC listed; and if repairs cannot be made within 24 hours of notification and the trailer cannot be used, either an equal replacement will be delivered within 24 hours of the notification or the invoice will be altered to reflect actual trailers used. Delivery: Vendor shall deliver, set up and pick up trailers; delivery and set up will be Monday thru Friday between the hours of 7:00 AM and 3:30 PM only. Contractor will obtain signature of the government point-of-contact(POC) listed below at time of delivery and will submit signed delivery ticket with first invoice for each delivery. Trailers can only be ordered for delivery by the following Government POCs: Debbie Hardie or David King. CLIN 0001 Base Year (item calculation is 25 trailers times 12 months=300, cost of 1 trailer for 1 month ). 300 EA @ ________=________; CLIN 0002, Rental Trailer Delivery Fee. 25 EA @ __________=__________; CLIN 0003, Rental Trailer Pick-Up Fee. 25 EA @ __________=__________; CLIN 1001 Option Year. 300 EA @ __________=__________; CLIN 1002, Rental Trailer Delivery Fee. 25 EA @ __________=__________; CLIN 1003, Rental Trailer Pick-Up Fee. 25 EA @ __________=__________. The quantity shown per CLIN is an estimate that is not to be exceeded without prior approval in the form of a contract modification from the Contracting Officer. The Contracting Officer may modify the estimated quantity per CLIN up to 30% above the quantity shown and still be considered within the scope of the contract. The exact quantity shown per CLIN is not guaranteed; any unused quantities may be removed by contract modification by the end of the date range covered by the CLIN. The government pays only for the actual quantities ordered by an authorized caller and received. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-29. The full text of provisions and clauses incorporated herein can be accessed electronically at the following site: http://farsite.hill.af.mil/, http://www.arnet.gov/far, and http://aca.saalt.army.mil/Community/policies.htm. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial (no addenda), and FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items apply to this acquisition. Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses in paragraph (b): 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child LaborCooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-19; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR Clauses 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.232-19, Availability of Funds for the Next Fiscal Year and 52,237-2, Protection of Government Buildings, Equipment and Vegetation also apply. DFARS Clauses 252.201-7000, Contract Officers Representative, 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7003 Electronic Submission of Payment Requests; and 5152.233-9000 Army Contracting Agency Executive Level Protest Program. DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following applicable clauses in paragraph (b): 252.225-7036, Buy American Act Free Trade Agreements Balance of Payments Program; and 252.247-7023 Alt III Transportation of Supplies by Sea. PARTIES INTERESTED IN RESPONDING TO RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number, offerors complete mailing and remittance addresses, discount terms, DUNS number and Federal Tax Identification Number. Prospective contractors shall complete electronic annual representations and certifications at https://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. Specifically, 52.212-3 Alt I shall be completed electronically at https://orca.bpn.gov by the solicitation due date to be eligible to receive an award for this solicitation. In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer (NLT due date/time of solicitation), the Contracting Officer may proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Whether your company is a current or new registrant in the CCR database, your registration must indicate that you are a provider of NAICS 532120 under the Goods Services section of the registration to be eligible to receive a contract for this solicitation. A DUNS number is required for CCR registration. If your company does not have a DUNS#, obtain one by calling 800-333-0505.) QUOTES MAY BE SUBMITTED by email, mail, or fax (608-388-7080). Quotes must be received at Mission And Installation Contracting Command, Enterprise And Installation Operations, MICC Usar Doc North, 2103 S 8th AVE, FORT MCCOY, WI, 54656-5153, 25 Nov 08, 4:00 PM CST. If you have questions, contact Catherine Gierke, Contract Specialist, (608) 388-6104, catherine.gierke@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4817d9119d772824a0e92ed1ddd20439&tab=core&_cview=1)
 
Place of Performance
Address: Army Reserve Contracting Center - North Building 2103, 8th Avenue, Fort McCoy WI<br />
Zip Code: 54656-5153<br />
 
Record
SN01707498-W 20081121/081119220006-4817d9119d772824a0e92ed1ddd20439 (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.