Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
SOLICITATION NOTICE

38 -- HEAVY CONSTRUCTION EQUIPMENT LEASING/RENTAL - SCHEDULE - STATEMENT OF WORK

Notice Date
8/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-11-T-0069
 
Point of Contact
Valaida J Bradford, Phone: 910 3960560, Umetria Thomas, Phone: 910-432-8598
 
E-Mail Address
bradforv@soc.mil, umetria.thomas@soc.mil
(bradforv@soc.mil, umetria.thomas@soc.mil)
 
Small Business Set-Aside
N/A
 
Description
STATEMENT of WORK SCHEDULE of SUPPLIES and SERVICES The United States Army Special Operations Command (USASOC), Fort Bragg, North Carolina has a requirement for Heavy Construction Equipment Leasing for a bas year and two one year option periods to train and support the 18C Special Forces Sergeant skill sets required by Special Forces Operational Groups. The equipment will predominately be used at Fort Bragg's Demolitions Range in order to familiarize, train and support training learning objectives and Range Support. This is a combined synopsis solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and 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. All persons responding must reference solicitation number H92239-11-T-0069 which is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 effective 4 August 2011. It is the contractor's responsibility to be familiar with all applicable clauses and provisions. This acquisition will result in a firm fixed price purchase order. This requirement is unrestricted for full and open competition. The North American Industry Classification System Code (NAICS) is 532412 and the size standard is $7.0 million. REQUIREMENT: The contractor shall provide all items listed in the attached schedule in accordance with the attached Statement of Work. The contractor shall provide brand name or equal items for some of the items listed. Brand name or equal items called for by this request for quotation have been identified in the schedule as a "brand name or equal" description. Such identification is intended to be descriptive but not restrictive and is to indicate the quality and characteristics of products that will be satisfactory. Quotations offering "equal" products will be considered for award if such products are clearly identified and are determined by the Government to fully meet the salient characteristics and requirements listed in the solicitation. To ensure that sufficient information is available for technical evaluation, the offeror shall furnish descriptive material (technical information, brochures, or other information) necessary for the purchasing activity to determine whether the product offered meets the salient characteristics of the requirement. Offerors not providing technical information may be excluded from competition. Contractor shall provide all items listed in the schedule noted as CLIN 0001- CLIN 2001 to include all Sub CLINS for the base and option years of the attached solicitation document H92239-11-T-0069. PERIOD OF PERFORMANCE. 17 September 2011 through 16 September 2012 with two one year option periods. PROVISIONS AND CLAUSES: The following Federal Acquisition Regulation (FAR), Defense Federal Acquisition Supplement (DFAR) and SOFAR provisions are applicable to the acquisition. Full text clause and provisions are available at www.farsite.hill.af.mil 52.204-7 Central Contractor Registration 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Award 52.207-5, Option to Purchase Equipment 52.208-4, Vehicle Lease Payments 52.208-5, Condition of Leased Vehicles 52.208-6, Marking of Leased Vehicles 52.208-7, Tagging of Leased Vehicles 52.211-16, Variation in Quantity 52.212-1 INSTRUCTIONS TO OFFERORS. Quotations offering construction leasing will be considered for award if such products are clearly identified and are determined by the Government to fully meet the product description listed in this request. To ensure that sufficient information is available for evaluation, the offeror shall furnish the following: 1. Descriptive material (technical information, brochures, drawings, or other information) necessary for the purchasing activity to determine whether the product offered meets the requirement. 2. A breakdown of your leasing rates to include: a. Vehicle Type b. Daily Rates c. Weekly Rates d. Monthly Rates 3. Vendor will provide a detail response of services provided under the leasing agreement to include a response to the areas outlined in the Statement of Work. This will include maintenance, repairs, and conditions warranties. 4. Offerors not providing technical information may be excluded from competition. 5. Please be advised that the Government reserves the right to make multiple awards. 52.212-2, Evaluation Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made to the responsive, responsible offeror whose proposal conforms to this solicitation and is the lowest price technically acceptable offer. The following factors in descending order of importance will be used to evaluate offers: (1) Technical acceptability (2) Price and (3) Past Performance. Technical acceptability is defined as the contractor's ability to meet or exceed the requirement. Technical acceptability will be evaluated on a Pass or No-Pass basis. Only those offers evaluated, as Pass will be further evaluated and considered for award. Discussions will not be entertained. 1. Technical Acceptability will be determined based on: a. Detailed specifications, descriptive information, photos, drawings of each piece of equipment offered as well as information regarding requested tow hitches. Schedules b. Detailed information of services provided pertaining to maintenance, repairs, and replacement vehicles in the event of breakdowns, accidents c. Information outlining response time due to minor and major breakdowns, repairs, disabled equipment procedures and procedures for recovery of equipment and replacement during and after normal duty hours. d. Proof of insurance e. Acknowledgement of responsibility for fuel and as well as maintenance providing maintenance plan/agreement and maintenance for each piece of equipment. f. Acknowledgement of all amendments to this requirement if posted. 2. Price shall be quoted in accordance with the CLINS to incorporate in the Schedule of Supplies and Services in the event of an award. 3. Past Performance is a measure to which an offeror satisfied its customers in the past and complied with Federal, state, and local laws and regulations. The Government will contact some of each offeror's customers to ask whether or not they believe: (1) that the offeror was capable, efficient and effective;(2) that the offeror's performance conformed to the terms and conditions of its contract; (3) that the offeror was reasonable and cooperative during performance; and (4) that the offeror was committed to customer satisfaction. In evaluating past performance the Government will contact some of the references provided by the offeror and other sources of information including, but not limited to: Federal, state and local government agencies, better business bureaus, published media, and electronic data bases. Offerors shall provide name, title & telephone number of principal on no less than three contacts for similar services performed during the previous three (3) years. The factor of Technical Acceptability is significantly more important than price and past performance combined. The factor of price is more important than past performance. Multiple awards may be considered if it is determined to be in the best interest of the Government. To be considered for award, the contractor shall have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. 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 (MAY 2011) (DEVIATION) 52.232-1, Payments 52.222-20, Walsh-Healey Public Contracts Act 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.228-8, Liability and Insurance - Leased Motor Vehicles 52.246-16, Responsibility for Supplies 52.252-1 Solicitation Provisions Incorporated By Reference; 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 5652.201-9002, Authorized Changes Only by Contracting Officer 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-37 Employment Reports on Veterans; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.246-1 Contractor Inspection Requirements; DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Items DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (JAN 2009) DFAR 252.204-7004 Alt A, Required Central Contractor Registration; DFAR 252.232-7003 Electronic Submission of Payment Requests & Receiving Reports. 5652.204-9003 Disclosure of Unclassified Information (2007) (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. (d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, news paper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. INSTALLATION ACCESS Post Decals: Only those vendors who are required to have a common access card (CAC) are authorized to register their vehicles on Fort Bragg and obtain a post decal. CACs are only issued to vendors who are required to access a Government owned computer system in order to comply with the terms of the contract. Vendors who are not eligible for a CAC and post decal must consider one of the following alternatives for post access. RAPIDGate TM : Effective February, 2007, Fort Bragg implemented a new standardized entry protocol called the RAPIDGate Program, provided by Eid Passport, Inc, for all new and existing vendors, suppliers, contractors, and service providers who require routine access to buildings within the Fort Bragg facility to perform unclassified work. RAPIDGate program runs a 10-year felony background screen, other criminal screens, and validates the individual's social security number. The program also verifies that the individual is either a U.S. Citizen or is legally eligible to work in the United States. Upon passing the background screening process, participants will be issued a personalized RAPIDGate badge that, when verified by a security officer, will allow the participant to enter Fort Bragg through all gates without having to stop for a vehicle inspection. RAPIDGate is not authorized for foreign visitors. Vendors can obtain more information regarding RAPIDGate by forwarding questions to info@rapidgate.com with the subject line RE: RAPIDGate Program. Each vendor must pay an annual RAPIDGate fee for the company as well as a fee for each employee requiring a RAPIDGate pass. Fort Bragg's RAPIDGate registration can be accomplished at the All American Visitor Center, Randolph Gate, or the Truck Plaza using the self-service RAPIDGate Registration Station or by calling Eid Passport at 877-727-4342. FOREIGN VISITOR REGISTRATION: Foreign visitors to Fort Bragg are required to be registered regardless of status (official/unofficial) onto the Fort Bragg Foreign Visitors Roster. This includes, but is not limited to the following, non-US visitors: • Foreign military and government personnel on either official or unofficial visits • Contractors • Family members not possessing DoD dependent ID card • Guests In order to be added to the Foreign Visitor List, the following information is required: 1. Full name 2. Country of citizenship 3. Passport or other picture identification and number 4. Dates of visit (from-to) 5. Organization or person visiting a. Unit/Entity responsible/hosting the visit b. Contact/Escort (must be US Army/DoD personnel) c. Telephone number Purpose of visit Information is required to be sent to the Fort Bragg Foreign Visitor Coordinator and Disclosure Officer (FDO) at least 48 hours prior to visit to ensure visitor is entered onto the Fort Bragg Security and Intelligence Directorate's Foreign Access Roster for approved visit. Phone number for 18th Airborne Corps FDO Office is (910) 396-7858 or fax at (910) 396-4723. All visitors to Fort Bragg who are not participating in one of the access options identified above, must enter Fort Bragg through the All American Access Gate and must go through a vehicle inspection and show a picture ID. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Ms. Valaida J. Bradford), Fort Bragg, North Carolina, 28310, not later than 1:00 p.m. EST Wednesday, 7 September 2011. Fax submissions will be accepted at (910) 432-9345. E-mail submissions will be accepted at bradforv@soc.mil. It is the contractor's responsibility to ensure that the Contracting Officer receives e-mail submissions. QUOTES SHALL INCLUDE: (1) letter signed by an individual authorized to bind the organization with a schedule of the offered items to include unit and total price, (2) completed Representations and Certifications, and, (3) acknowledgment of any amendments that may be issued. Any questions concerning this acquisition shall be submitted in writing and e-mailed to the contracting officer listed below no later than Wednesday, 31 August 2011 at 1:00 p.m. EST. It is the offeror's responsibility to ensure receipt of questions and quotes submitted via electronic means. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contract for this requirement is Mrs. Valaida Bradford, Contract Specialist at (910) 396-0560, email, bradforv@soc.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-11-T-0069/listing.html)
 
Place of Performance
Address: HQ United States Army Special Operations Command, Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN02550913-W 20110828/110826235020-ee82a3a21e449003bd922e62cbf5cf46 (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.