Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2009 FBO #2784
SOLICITATION NOTICE

W -- RECOVERY- BEND PAVING PREPARATION

Notice Date
7/9/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Interior, Bureau of Land Management, California Region, L CA-STATE OFC BUS SVCS BR (CA944)2800 COTTAGE WAY, SUITE W-1834SACRAMENTOCA95825US
 
ZIP Code
00000
 
Solicitation Number
L09PS00836
 
Response Due
7/17/2009
 
Archive Date
8/16/2009
 
Point of Contact
Jones, Marshall W 916-978-4525, marshall_jones@blm.gov<br />
 
E-Mail Address
Jones, Marshall W
(marshalljones@blm.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY - AARA Project - Prepare Bend Ferry Road for Pavement This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is L09PS00836 and is issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34, dated July 1, 2009. This solicitation is set-aside for small business concerns. The North American Standard Industrial Classifications System Code is 532412; small business size standard is $6.5 million; PSC - W038. Purpose: This contract is intended to rent equipment to be used in preparation of Bend Ferry Road for pavement. Equipment to be rented will be used for upgrading culverts, road widening to accommodate an 18' width of asphalt (20' width of road base), placing, watering and compacting base. Road base is available on recently closed roads within the area and will be recovered with heavy equipment for use on this project. All of the work will be performed by BLM-RFO staff. Most equipment will be delivered to the work site by the equipment rental company, but some rented equipment will be delivered to the work site by BLM staff. Location of Work: The project site is located in Red Bluff, CA, 3 miles down Bend Ferry Road from the intersection of Bend Ferry Road and Jellys Ferry Road. Schedule of Operations: The equipment rental period is expected to last at least three weeks or more. Exact dates are unknown, but should begin on or about the following dates. July 20- 24- Week 1July 27 - 31- Week 2August 3 - 7- Week 3 Required Equipment: PLEASE PROVIDE QUOTES FOR FOLLOWING ITEMS. NOTE: ITEMS 10 & 20..ADD "OR EQUIVALENT" ITEM EQUIP TIME NEEDED 10 *Grader-140H 2 WEEKS 20 *Scraper-613C 1 WEEK 30 Water Truck-2000 gallon 1 MONTH 40 *Water Tower2 WEEKS 50 Water Pump-4" diesel, dry prime 2 WEEKS 60 Roller-66" single smooth drum 1 WEEK Equipment to be delivered to the site by the equipment rental yard: Rental yard must include a transport charge on their estimates to haul grader, scrapper, and water tower to job site located 3 miles down Bend Ferry Road from the intersection of Bend Ferry Road and Jellys Ferry Road. Equipment not marked with an asterisk will be hauled by BLM staff. Special Consideration:This combined synopsis/solicitation is intended for vendors within a 30 mile radius ofRed Bluff, CA. 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009.52.204-11 American Recovery and Reinvestment Act-Reporting Requirements52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, a completed copy of the provision at 52.213-3 shall be submitted with the proposal, or you can register your reps and certs online at http://orca.bpn.gov; 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS applies to this acquisition.52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS, applies to this acquisition including, 52.233-3 Protests after award, and 52.333-4 Applicable Law for Breach of Contract Claim, and, the following paragraph (b) clauses added: 52.219-6, Notice of Total Small Business Set-Aside (June 2003)52.219-8, Utilization of Small Business Concerns (May 2004)52.219-14, Limitations on Subcontracting (Dec 1996)52.219-28, Post Award Small Business Program Representation (Apr 2009)52.222-3, Convict Labor, (June 2003)52.222-19, Child Labor - Cooperation with Authorities and Remedies (Feb 2008) 52.222-21, Prohibition of Segregated Facilities (Feb 1999)52.222-26, Equal Opportunity (Mar 2007)52.222-35, Equal Opportunity for Workers with Disabilities (Jun 1998)52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004)52.225-1, Buy American Act - Supplies (Feb 2009)52.232-33, Payment by Electronic funds Transfer - Central Contractor Registration (Oct 2003)(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items:52.222-41, Service Contract Act of 1965 (Nov 2007) Wage Determination No. 2005-2055, Revision No. 10, Date of Revision: 05/26/200952.215-2 Audit and RecordsNegotiation Proposals are due for this combined synopsis/solicitation on July 17, 2009 at 4:30 PM Pacific Standard Time. Original shall be delivered by the specified time to the Bureau of Land Management, 2800 Cottage Way, W-1623, Attn: Marshall Jones Jr., Sacramento, CA 95825. Facsimile or electronic proposals shall be accepted at Fax number 916-978-4444. Please furnish your company name, DUNS number, TIN Number, address, phone and fax number, email address if available, and official point of contact. All proposals shall be manually signed by authorized company official. Email questions are acceptable to marshalljones@blm.gov. Registration in Central Contractor Registration (CCR) (http://www.ccr.gov/ ) and DUNS number shall be required for award. TECHNICAL COORDINATION: The contractor shall coordinate with John Ribinsky, 509-224-2128; john_ribinsky@blm.gov on all technical matters related to this contract. END OF COMBINED SYNOPSIS SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/CA/L09PS00836/listing.html)
 
Record
SN01869581-W 20090711/090709235101-ab2f31e0e3c11a16ba271dd997b4e9d4 (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.