Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2010 FBO #3011
SOLICITATION NOTICE

W -- RECOVERY: CONSTRUCTION EQUIPMENT RENTAL

Notice Date
2/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Indian Affairs - Rocky Mountain Region 316 North 26th Street Billings MT 59101
 
ZIP Code
59101
 
Solicitation Number
RA000410078
 
Response Due
3/8/2010
 
Archive Date
2/19/2011
 
Point of Contact
Jay Windy Boy Contracting Officer 4062477941 ;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY: THIS IS AN AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) PROCUREMENT: In compliance with the transparency and accountability requirements associated with the supplemental appropriations provided by the American Recovery and Re-Investment Act of 2009, Pub. Law 111-5, The Bureau of Indian Affairs, Rocky Mountain Regional Office, Division of Transportation, Billings, MT is soliciting quotes for monthly rental for various types of new or current design models of construction equipment with less than 2,500 operating hours for construction projects located on Indian Reservations in the States of Montana and Wyoming. *******************Special Recovery Reporting Requirements**********************The Contractor shall register and report all project information as listed in FAR PART 52.204-11, using the online reporting tool available at www.federalreporting.gov. Cumulative reporting to www.federalreporting.gov will begin with the January10th reporting deadline. Contractors must check this online site often for updates and monitor finalization of the interim rule published in the Federal Register at 74 FR 14639. Failure on the part of the Contractor to provide, maintain, report the required reporting and special reporting information as required by FAR 52.204-11 to BIA Contracting Officer within specified days following award AND/OR report information to www.federalreporting.gov shall constitute a material breach of the contract upon which BIA may immediately terminate a resultant contract for cause. A fixed price contract with estimated quantities will be awarded. Receipt of award is contingent on contractor meeting the requirements of ARRA reporting. Contractor must be registered with both the Central Contractor Registration (CCR) at ccr.gov and Federal Reporting at www.federalreporting.gov websites in order to receive any ARRA funded award from the Federal Government. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation No RA000410078 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-29. The associated North American Industrial Classification System (NAICS) code for this procurement is 532412. Contractors intent on submitting a quote are encouraged to submit an original signed and dated quote, accompanied with contractor's DUNs number, proof of contractor's registration in www.federalreporting.gov, www.ccr.gov, and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, by mail or via email to the Bureau of Indian Affairs, Rocky Mountain Region Office, Division of Acquisition, Attention: Jay Windy Boy, 316 North 26th Street, Billings, MT 59101 or by email to Alvin.windyboy@bia.gov by 1:00 pm, Mountain Standard Time, March 8, 2010. Facsimile quotes will not be accepted. Any technical questions regarding this announcement may be directed to Julian Joe or David Racine at (406) 657-6675. QUOTE: Interested contractors shall submit a quote on the following CLINs: (Unit Price shall include applicable delivery costs, fuel surcharges, and taxes (if applicable). All rental rates shall be for new or current design models with less than 2,500 operating hours. Each machine shall be equipped with sound suppressed, climate controlled cabs and rollover protection (ROP) meeting OHSA and industry safety standards. Safety monitoring system with audible and visual warnings. CLIN 0001: TRAILER MOUNTED TOWED ASPHALT CEMENT CRACK SEALING MELTER APPLICATOR with minimum 230 gallon capacity with dual heated applicator wands: $___________ Per Month / $___________ Per Week; Cutting Edges or Bits/Wear Items 1/1000 inch $___________. CLIN 0002: SWEEPER BROOM, diesel powered, comfort controlled cab, 32 inch diameter pusher broom: $___________ Per Month / $___________ Per Week; Cutting Edges or Bits/Wear Items 1/1000 inch $___________. CLIN 0003: SIDE DUMP TRAILERS, 3 axle hydraulic lift, minimum 22 cubic yard capacity, comfort controlled cab, AR450 rounded tub: $___________ Per Month / $___________ Per Week; Cutting Edges or Bits/Wear Items 1/1000 inch $___________. CLIN 0004: PNEUMATIC-TIRED ROLLER, minimum operating weight of 50,000 lbs in full service condition providing 25 ton static weight, flywheel horse power equal to 100 horsepower diesel powered: $___________ Per Month / $___________ Per Week; Cutting Edges or Bits/Wear Items $___________. CLIN 0005: END DUMP TRUCKS TRACTOR, minimum 12 cubic yard capacity axle configuration to match GVWR: $___________ Per Month / $___________ Per Week; Cutting Edges or Bits/Wear Items 1/1000 inch $___________. CLIN 0006: CHIP SPREADER, front wheel drive, diesel powered, variable speed 30" wide conveyor belt, tandem 10' collapsed and 20' extended hopper box: $___________ Per Month / $___________ Per Week; Cutting Edges or Bits/Wear Items 1/1000 inch $___________. CLIN 0007: SKID-STEER LOADER, minimum flywheel horsepower equal to 56 horsepower, construction/industrial bucket with teeth, optional attachments to include: 12 inch diameter by 48 inch dig depth auger with mounting kit and standard industrial pallet fork: $___________ Per Month / $___________ Per Week; Cutting Edges or Bits/Wear Items 1/1000 inch $___________. CLIN 0007-01 OPTION: ONE (1) AUGER: $___________ Per Month / $___________ Per Week; Cutting Edges or Bits/Wear Items $___________. CLIN 0007-02 OPTION: TWO (2) PALLET FORK: $___________ Per Month / $___________ Per Week; Cutting Edges or Bits/Wear Items 1/1000 inch $___________. DELIVERY: FOB delivery point is Billings, MT. The Government will pick-up and return all machines at the end of the rental period, unless another destination is mutually acceptable and in the best interest of the Government. FOB Origin shall be provided by the Government. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the Government will pick-up and deliver the goods on its conveyance at the destination specified by the authorized government representative, and the Government is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Delivery will be scheduled on an as-needed basis to various project locations in Montana and Wyoming. INSPECTION/MAINTENANCE: Vendor shall have access, at all reasonable times, to inspect, perform preventative maintenance, or repair equipment at the various project sites. Equipment returned to the vendor's shop for repairs shall be done at the vendor's expense and rental termination at close-of-business on the day equipment becomes inoperable. FAIR WEAR/TEAR: The Government will provide daily service oil changes and lubrication with equipment standard specification products. Replaceable wear items, such as tires; cutting edges and bits shall have pay factors included in with breakdown of billing. Pay factor shall be per 32nd tire wear and 1/1000 of inch of cutting edges and bits. If the vendor requires specialty oils, such products shall be provided by the vendor. The vendor shall supply the Government with a complete and detailed list of all required service intervals for each machine and component. Damage due to negligence will be repaired at the Government's expense. All other fair wear and tear is to be at the vendor's expense. AWARD: Multiple contract awards can be made to offeror whose quotation conforms to the requirements contained herein and is the most advantageous to the Government in terms of cost. CONTRACT CLAUSES: The following clauses apply to this acquisition: 52.212-1, Instructions to Offerors Commercial Items; 52.212-3, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions Commercial Items;52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995); 52.203-15 Whistleblower Protections, American Recovery and Reinvestment Act of 2009; 52.504-07 Central Contractor Registration; 52.204-11 Reporting, American Recovery and Reinvestment Act of 2009; 52.215-2 Audit and Record- Negotiation, American Recovery and Reinvestment Act of 2009; 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.225-1, Buy American Act-Supplies (June 2003);52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.232-36, Variation in Quantity (April 1984);52.211-17, Delivery of Excess Quantities (September 1989); and 52.229-3 Federal, State, and Local Taxes (April 2003). CONTRACTORS INTENDING TO CONDUCT BUSINESS WITH THE FEDERAL GOVERNMENT MUST BE REGISTERED WITH THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE. THE CCR IS THE PRIMARY GOVERNMENT REPOSITORY, WHICH RETAINS INFORMATION ON GOVERNMENT CONTRACTORS. YOU MAY REGISTER VIA THE INTERNET AT HTTP://WWW.CCR.GOV OR BY CALLING (888) 227-2423. CONTRACTORS MUST ALSO REGISTER THEIR ONLINE REPRESENTATIONS AND CERTIFICATIONS AT HTTP://WWW.ORCA.BPN.GOV. The Federal Acquisition Regulations clauses and provisions are available in the Internet at: http://www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RA000410078/listing.html)
 
Place of Performance
Address: BIA Road Construction Projects
Zip Code: Browning, MT; Crow Agency, MT; Rocky Boy, MT; Fort Belknap, MT; Fort Peck MT; Lame Deer MT; Fort Washakie WY.
 
Record
SN02070103-W 20100221/100219235649-0aafdec3be48b3c6c1ec68d6bb840cb5 (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.