Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2011 FBO #3592
SOLICITATION NOTICE

W -- Lease Of Heavy Equipment

Notice Date
9/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
M67399 MARINE CORPS AIR GROUND COMBAT CENTER 29 PALMS-RCO Twentynine Palms, CA
 
ZIP Code
00000
 
Solicitation Number
M6739912Q0003
 
Response Due
9/27/2011
 
Archive Date
10/27/2011
 
Point of Contact
Sgt Michael Condon 760-830-3414 SSgt Munir Abuwi, 760-830-5122
 
E-Mail Address
Region Contracting Office Northwest
(Michael.Condon@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation (Heavy Ewquipment Lease) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is being issued as a request for quotation (RFQ). RFQ # M67399-12-Q0003 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18. This is a restricted purchase set-aside for 100% Small Business Concerns. The North American Industry Classification System Code (NAICS) is 532412. The Standard Industrial Classification Code (SIC) for this order is 7353. The small business size standard is $7.0 MIL. The Federal Supply Classification (FSC) for this order is 3805. This solicitation is for the procurement of a 59 day lease for heavy earth moving equipment, the list of materials is as follows. CLIN 0001- Qty: 1, Rental of Skid loader. With enclosed cab, attaching 12 inch auger bit, three quarter to one yeard bucket, pallet forks, 8 to 10 ton equipment trailer with tie down chains, tires must have 20/32 inch wear or 50% on center of tire. CLIN0002- Qty: 1, Rental of John Deere 772, 160 H CAT Road Grader or equivalent to. Enclosed cab, air conditioning, heat, air seats, rippers, 14 foot cutting blade; Tires must have 20/32 inch measured from the center of the tire or 50% or better tread wear. CLIN0003- Qty: 1, Rental of 966G CAT a Front End Loader or equivalent to. Enclosed Cab, air conditioning, heat, Combo 5 yard 4/1 bucket, one (1) set of hydraulic adjustable forks with quick connection (no manual). Tires must have 20/32 inch measured center of tire or 50% or better tread wear. All loaders must have working Air Ride seats and Ride Control. CLIN0004- Qty: 1, Rental of John Deere 350D, CAT 735 (35 TO 40) Ton articulated Rock Dump Truck or equivalent. Air conditioning, heat, tires much as 20/32 inch measured on the center of the tire or tread wear of 50% or better. CLIN0005- Qty: 2, Rental of a 4000 gallon articulated truck. Articulated truck with water, air, heat, fire hose, fire hydrant wrench, and adapter hose to fit the fire hydrant. Tires must have 20/32 inch measured from the center of the tire or 50% or better tread wear. Place of contract delivery will be building 2155 (RTAMS) Marine Corps Air Ground Combat Center (MCAGCC)/Marine Corps Air Ground Task Force Training Command (MCAGTFTC) Twentynine Palms, CA. The winner of this award is required to be registered with, understand, and invoice through Wide Area Workflow. The Following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation provisions and clauses are applicable to this acquisition. All provisions and clauses may be found at the following website: http://farsite.hill.af.mil/ FAR:52.208-4, 52.208-5, 52.212-1, 52-212-2, 52.212-3, 52.212-4, 52.212-5, 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.232-33. DFAR:252.204-7004 (Alt A), 252.232.7003 Note: The complete provision at the Federal Acquisition Regulation (FAR) 52.212-3 must accompany bid submittal. The Government intends to award a contract resulting from this solicitation to the responsible/responsive quoter whose proposal conforming to the solicitation that will be the most advantageous to the Government. The basis for award will be lowest price techniclly acceptable. *** It is very important that all vendors and contractors follow all instruction provide below, when quotes, bids, or proposals are being submitted *** Please include Best Estimated Delivery Date very important, DUNS #, CAGE CODE #, and TIN #. It is very important that you indicate on your quote, whether you are quoting comparable item or same item being requested. Provide all pictures and specification of requested item or items when quoting. We are seeking F.O.B Destination. If you have any questions or concerns please contact 760-830-3414 or email mail to: michael.condon@usmc.mil. My fax number is 760-830-5298. Proposals or Quotation are due by 0900 (9:00AM) PST on Tuesday, 27 September, 2011 at The Regional Contracting Office, Marine Corps Air Ground Combat Center (MCAGCC)/Marine Corps Air Ground Task Force Training Command (MCAGTFTC), P.O. Box 6053, Twentynine Palms, CA 92278-6053, ATTN; Sgt Michael Condon, Contracting Specialist, Telephone # 760-830-3414, Fax 760-830-5298. FED EX/HAND-CARRIED Proposals or Quotation are due by 0900 (9:00AM) PST on Tuesday, 27 September, 2011 at The Regional Contracting Office, Marine Corps Air Ground Combat Center (MCAGCC)/Marine Corps Air Ground Task Force Training Command (MCAGTFTC), Bldg 1102, Door 22, P.O. Box 6053, Twentynine Palms, CA 92278-6053, ATTN; Sgt Michael Condon. MCAGCC Access/Security Requirements-Contractor and Contractor-Employee Access Conditions: 1. Access Procedures Are Mandatory: All contractor employees are required to obtain business access or permanent business access. Daily access procedures must not be used to circumvent background check requirements outlined below. Attempts to improperly use daily access procedures may result in denial of access to the involved employees. 2. Business Access: Required for contractor employees requiring access for periods from one day to one year. Submit the following: A valid form of Federal or state government I.D. If driving a motor vehicle, a valid driver's license, vehicle registration and proof of insurance. Proof of employment on a valid Government contract (e.g., a letter from the prime contractor including contract number and term). Proof of an employee background check conducted within the past year covering the previous two years. Contractor employee background checks are conducted at contractor expense. The background check: (a)must establish the employee's citizenship or legal alien status. Acceptable documents include birth certificate, Immigration and Naturalization Service (INS) forms and passports. (b)must include proof of a criminal records check from the county or state where the employee resided for the previous two years (or length of legal residence for foreign nationals in the U.S. for less than two years). (c)will be subject to Government verification via the FBI National Crime Information Center (NCIC) Interstate Identification Index (III). If the background check is selected for verification, the employee will be required to submit fingerprint records to the FBI Automated Fingerprint Identification System (AFIS) database. NCIC checks and fingerprinting will be performed at Government expense. Note: All contractor personnel performing work under this contract requiring access to the military installation shall obtain personal entry and a vehicle pass from the Provost Marshal s Office (PMO) of the Combat Center. For the MCAGCC/MAGTFTC, this process includes the completion of a COMBAT CENTER ACCESS AUTHORITY letter issued by the Regional Contracting Office (NW). 3. Permanent Business Access: Required for contractor employees requiring access for periods from one to three years. Submit all items listed above under business access. NCIC check and fingerprint of all contractor employees will be conducted at Government expense. Contractor-provided background checks will be reevaluated annually, and will be updated by the contractor as required at the contractor s expense. 4. Emergency Access: Each Marine Corps installation develops its own procedures which allow the contractor quick access without compromising installation security for situations in which contractor response is crucial in order to preserve and/or restore critical facilities. The contractor is responsible for ascertaining and complying with the procedures established by each installation on which it does business. 5. Installation Access Badges: Each Marine Corps installation develops its own procedures for readily identifying contractor employees working on the installation. The installation may either provide access badges to individual contractor employees at government expense or it may require the contractor to provide badges to its employees, at its expense. The contractor is responsible for ascertaining and complying with the procedures established by each installation on which it does business. 6. Denial of Access: The Commanding General of each installation has broad authority to remove or exclude any person in fulfilling his responsibility to protect personnel and property, to maintain good order and discipline, and to ensure the successful and uninterrupted performance of the Marine Corps mission. In the exercise of this authority, the Commanding General may refuse to grant access or may bar contractor employees, including employees who have previously been granted access. Refusal to grant an employee access or barment of an employee does not relieve the Contractor of the responsibility to continue performance under this contract. Among other reasons, access may be denied if it is determined that an employee: a. is on the National Terrorist watch List. b. is illegally present in the United States. c.is subject to an outstanding warrant. d.has knowingly submitted an employment questionnaire with false or fraudulent information. e. has been issued a debarment order and is currently banned from military installations. 7. Employee Identification: Contractor personnel performing work under this contract shall be readily identifiable as an employee of the contractor through the use of uniforms or nametags, or via an alternate method approved by the Contracting Officer. 8. Employee Compliance. The Contractor s employees shall observe and comply with all MCAGCC/MAGTFTC rules and regulations applicable to contract personnel, including those applicable to the safe operation of vehicles, and shall not be present in locations not required for the proper performance of this contract. Contractor personnel and equipment entering a military installation are subject to security checks. Contractor personnel shall follow any direction given by military police, law enforcement, or other security or safety personnel. 9. Contract Termination: The Contractor is responsible for ensuring clearances, permits, passes, or security badges are promptly returned to the issuing activity upon termination of an employee, completion of a project, or termination of a contract or subcontract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67399/M6739912Q0003/listing.html)
 
Place of Performance
Address: Marine Corps Air Ground Combat Center (MCAGCC)/Marine Corps Air Ground Task Force Training Command (MCAGTFTC, Twentynine Palms, CA
Zip Code: 92278
 
Record
SN02589743-W 20110925/110923234942-e687aea29362f40be78fab3048e4bab4 (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.