Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
SOLICITATION NOTICE

W -- REDHORSE Equipment Rental - Package #1

Notice Date
9/2/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
 
ZIP Code
59402
 
Solicitation Number
FA4626-15-Q-0043
 
Archive Date
9/24/2015
 
Point of Contact
Oleg Perchine, Phone: 406-731-4461, Teresa G. Doskey, Phone: 4067314236
 
E-Mail Address
oleg.perchine@us.af.mil, teresa.doskey.2@us.af.mil
(oleg.perchine@us.af.mil, teresa.doskey.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work / Equipment List Combined Synopsis/ Solicitation Document 2 Sep 15 COMBINED SYNOPSIS/SOLICITATION EQUIPMENT RENTAL MALMSTROM AFB, MT (i) This is a combined synopsis/solicitation for a commercial item 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. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number FA4626-15-Q-0043. ( iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. (iv) This procurement is being solicited is being posted as a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 532412- "Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing" with a small business size standard of 500 employees. (v) CLIN 0001: Backhoe, 1 ea, 15 Sept - 31 Jan CLIN 0002: Dozer 90 - 95 hp, 1 ea, 15 Sept - 30 Nov CLIN 0003: Loader, 3 yard loader, 1 ea, 15 Sept - 31 Jan CLIN 0004: Dump Trucks 10-14 yards, 3 ea, 15 Sept - 31 Jan CLIN 0005: Excavator 35000-39999#, 1 ea, 12-16 Oct CLIN 0006: Mini Excavator 6000-6799#, 1 ea, 12-16 Oct CLIN 0007: Loader Wheel Fork attachment, 1 ea, 15 Sept - 31 Jan CLIN 0008: Grader, Size 130, 1 ea, 15 Sept - 31 Jan CLIN 0009: Water Truck, 4000 gal, 1 ea, 15 Sept - 31 Jan CLIN 0010: Skid Steer Track Loader 1300-1699#, 1 ea, 15 Sept - 31 Jan CLIN 0011: Concrete Saw 20-29 hp self-propelled, 1 ea, 12-16 Oct CLIN 0012: Vibrator Roller Single Drum, Smooth 80-89 inches, 1 ea, 15 Sept - 31 Jan CLIN 0013: 3-5 ton Double Drum Roller, 1 ea, 12 Oct- 31 Jan CLIN 0014: Variable Reach Forklifts 10,000 lbs, 50ft and up, 3 ea, 15 Sept - 31 Jan CLIN 0015: Skid Steer Forklift attachment, 1 ea, 15 Sept - 31 Jan CLIN 0016: Scissor Lifts 30-45 ft 4wd, 2 ea, 1 Oct - 31 Jan CLIN 0017: Articulating Boom Lift 40-50 ft 4wd, 2 ea, 1 Oct - 31 Jan CLIN 0018: Genie Man lifts, 19ft electric, 2 ea, 1 Oct - 31 Jan CLIN 0019: Multi-Passenger Van E-350 Class, Gas, 3 ea, 15 Sept - 31 Jan CLIN 0020: Delivery and Pickup Fees, 1 lot (vi) Description of requirement: Please refer to the statement of work. (See attachment 1) FOB: Destination, near: FT. BRAGG 4525 LOBELIA RD, LOBELIA, NC 28394 GPS coordinates: 35.185679, -79.131995 (vii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Offers must be able to meet the specifications outlined in the Statement of Work (SOW). (viii) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Quotes will be evaluated on price and ability to meet the statement of work. (ix) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the annual representations and certifications at the System for Award Management (SAM) website. SAM must be current at time of award. IF YOUR SAM IS NOT CURRENT AT TIME OF AWARD AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (x) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition (xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), applies to this acquisition. (xii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices based on purchases of this value and customer research: THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY REFERENCE: 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.219-6 Notice of Total Small Business Set-Aside 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.246-1 Contractor Inspection Requirements 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea, Alt III 5352.223-9001 Health and Safety on Government Installations THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT: 52.222-22, Previous Contracts and Compliance Reports. The offeror represents that -- (a) It * has, * has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It * has, * has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of Provision) 52.252-1, Solicitation Provisions Incorporated by Reference. As prescribed in 52.107 (a), insert the following provision: Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.acq.osd.mil/dpap/dars/dfars/index.htm (End of Provision) 52.252-2, Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.acq.osd.mil/dpap/dars/dfars/index.htm (End of clause) 52.252-6, Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 5352.201-9101, Ombudsman (Apr 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, HQ AF Global Strike Command/AFICA/KG, 66 Kenney Ave, Ste 233, Barksdale AFB, LA 71110, 318-456-6336. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. 5352.242-9000 Contractor Access to Air Force Installations (August 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) (xiv) DPAS Rating does not apply to this acquisition. (xv) Quote is required to be received NO LATER THAN 11:00 AM MST, WEDNESDAY, 9 SEPTEMBER 2015. Quote must be emailed to Oleg.perchine@us.af.mil and Teresa.Doskey.2@us.af.mil or faxed to (406) 731-4608 to the attention of 2d Lt Teresa Doskey. Please follow-up quote submission with an email to ensure receipt. (xvi) Direct your questions to Oleg Perchin at (406) 731-4461 (Email Oleg.Perchine@us.af.mil ) or 2 Lt Teresa Doskey at (406) 731-4463 (Email address teresa.doskey.2@us.af.mil).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a2bd09d32248a5074c4b821449390b85)
 
Place of Performance
Address: FT. BRAGG, 4525 LOBELIA RD, LOBELIA, NC 28394, LOBELIA, North Carolina, 28394, United States
Zip Code: 28394
 
Record
SN03868696-W 20150904/150903000406-a2bd09d32248a5074c4b821449390b85 (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.