Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2009 FBO #2797
SOLICITATION NOTICE

W -- Dump Truck/Flat Bed Truck w/hydrolic/Fuel Truck

Notice Date
7/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Irwin, na, Ft. Irwin, CA 99999
 
ZIP Code
99999
 
Solicitation Number
NTC-09-09-HIGG-05
 
Response Due
7/24/2009
 
Archive Date
1/20/2010
 
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 NTC-09-09-HIGG-05 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 2005-31. The associated North American Industrial Classification System (NAICS) code for this procurement is 532412 with a small business size standard of $7.00M. 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 2009-07-24 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The USA ACA Fort Irwin requires the following items, Brand Name or Equal, to the following: LI 001, 5-ton Dump Truck Rental with the capacity to hold 10-12 cubic yards of fill; vehicles shall be full of fuel upon initial delivery. Repairs and replacements shall be provided by the contractor. Contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace vehicle within 12 hours of initial call. Items will be delivered to various locations on Ft. Irwin, CA. The equipment must withstand the rough high desert terrain on Ft. Irwin to include 70+ mph wind gusts. Delivery and pick-up fhall be included in the price. Performance period is from 30 July 2009 - 29 August 2009., 1, EA; LI 002, Top off Fuel; Price per gallon charged to top off fuel if dump truck is returned without a full tank of gas., 1, EA; LI 003, Back-Hoe w/Trailer and chains Rental; standard loader bucket capacity of 6.5 cu ft; Digging depth: 14'3"; Trailer must be compatible for tow with Dump Trucks in line item #2. Operators are NOT required. Vehicles shall be full of fuel upon initial delivery. Repairs and replacements shall be provided by the contractor. Contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace vehicle within 12 hours of initial call. Items will be delivered to various locations on Ft. Irwin, CA. The equipment must withstand the rough high desert terrain on Ft. Irwin to include 70+ mph wind gusts. Delivery and pick-up fhall be included in the price. Performance period is from 30 July 2009 - 29 August 2009., 2, EA; LI 004, Top off Fuel; Price per gallon charged to top off fuel if Back-Hoes are returned without a full tank of gas., 1, EA; LI 005, Fuel Truck capable of holding 400 gallons of diesel fuel and dispensing fuel in order to refuel generators, light towers and other miscellaneous equipment. The fuel truck, tank and related equipment must be in compliance with all applicable safety and environmental regulations. Any leftover fuel provided under this contract will be returned to the contractor. Price shall include delivery, set-up and removal of diesel fuel on the last day of performance period. The contractor shall provide all necessary parts, equipment and maintenance necessary to assure proper and continuous, 24 hour, functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs within 12 hours. The fuel truck and 400 gallon tank must be full of fuel upon delivery. The performance period is from 26 July 2009 - 2 September 2009., 1, EA; LI 006, Top off Fuel; Price per gallon charged to top off fuel if fuel truck is returned without a full tank of gas., 1, EA; LI 007, Flat Bed Truck w/hydraulic Lift, operators are NOT required. 22' stake bed truck with hydraulic tail lift with removable stakes. Price shall include delivery, set-up and removal on the last day of performance period. The contractor shall provide all necessary parts, equipment and maintenance necessary to assure proper and continuous, 24 hour, functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace the vehicle with one that is operational within 12 hours. The truck must be full of fuel upon delivery. The performance period is from 26 July 2009 - 2 September 2009., 1, EA; LI 008, Top off Fuel; Price per gallon charged to top off fuel if Flat Bed Truck w/hydraulic lift is returned without a full tank of gas., 1, EA; LI 009, Fuel Truck (AVGAS) with purchase of 400 gallons of aviation fuel in 55 gallon sized drums (Palletized) with dispending capability and required equipment. Drums must be palletized, have dispensing capability and be in compliance with all applicable safety and environmental regulations. The drums, dispensing capability, other related equipment, and any leftover fuel provided under this contract with be returned to the contractor upon completion. Price shall include delivery, set-up and removal of aviation fuel 55 gallon drums (Palletized) with dispensing capability and related equipment on the last day of performance period. The contractor shall provide all necessary parts, equipment and maintenance necessary to assure proper and continuous, 24 hour, functioning of the equipment including weekends and holidays. The contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs within 12 hours. The fuel truck and 400 gallons of fuel must be topped off upon delivery. The performance period is from 8 August 2009 - 25 August 2009., 1, EA; LI 010, Top off Fuel; Price per gallon charged to top off fuel if Fuel Truck (AVGAS) is returned without a full tank of gas., 1, EA; LI 011, Manual Pallet Jack - Lowered Height 2", Raised Height 6.5", capacity 4,400 lbs, load roller 3 1/8", dia x3 11/16", Steering wheel 7 7/8", dia x1 15/16", size fork 6 5/16" x2 3/8, Fork width Overall 27", Fork Length 48 1/16". Contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs or replace vehicle within 12 hours of initial call. Items will be delivered to various locations on Ft. Irwin, CA. The equipment must withstand the rough high desert terrain on Ft. Irwin to include 70+ mph wind gusts. Delivery and pick-up fhall be included in the price. Performance period is from 30 July 2009 - 2 September 2009., 2, EA; For this solicitation, USA ACA Fort Irwin 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 Irwin 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New or Used Equipment acceptable. All equipment must be in good working condition. No remanufactured or "gray market" items. All items must be covered by warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made by 0900 hrs on the first day of the performance period. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Contractor shall remove all contracted leased equipment from the specified locations within 48 hours after the POP ends. Should contracted leased equipment remain in place beyond 48 hours, the government is not liable for usage, theft, lost, damages, or replacement cost due to contractor's negligence to take possession of owned items. The contractor shall coordinate with the Contracting Officer's Representative (COR) at each site to assure placement at correct locations. COR will fill out a pre and post inspection sheets verifying that items have been delivered and are operational per specs of the contract. Contractor must stand-by until these inspections are complete. Items may require to be relocated within the same general location. Unit should have the ability to relocate as required. If items cannot be relocated by unit then contractor is responsible for relocating items within the same general location. See attached requirements for movement in/out of training area on Ft. Irwin. The government reserves the right to vary quantities by +/- 30% due to operational requirements and to make multiple awards to meet said requirements. In accordance with DFARS 252.232-7003, "Electronic Submission of Payment Requests and Receiving Reports", the contractor shall submit their payment request electronically using the WAWF. The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration (CCR) site at http://www.ccr.gove within ten (10) calendar days after award of this contract. Contractor training is available at the website home page under "about WAWF". Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD,DISA.MIL Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK17/NTC-09-09-HIGG-05/listing.html)
 
Place of Performance
Address: Multiple shipping information.<br />
Zip Code: Multiple<br />
 
Record
SN01883081-W 20090724/090722234733-45e28c40ee411d702d67cee177c5deba (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.