Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2003 FBO #0517
SOLICITATION NOTICE

W -- RENTAL OF IRRIGATION EQUIPMENT

Notice Date
4/28/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Forest Service, R-4 SW Idaho/Nevada Acquisition Office, 1249 S. Vinnell Way, Suite 200, Boise, ID, 83709
 
ZIP Code
83709
 
Solicitation Number
RFQ-17QR4-057-03
 
Archive Date
12/30/2003
 
Point of Contact
Karen Morthland, Contracting Officer, Phone 208-373-4150, Fax 208-373-4197, - Diana Early, Procurement Assistant, Phone (208)373-4150, Fax (208)373-4197,
 
E-Mail Address
r4_boise_contracting@fs.fed.us, dearly@fs.fed.us
 
Description
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. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will NOT be issued. This is a request for quotations No. 17QR4-057-03; quotation due date is MAY 7, 2003. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation 2001-12. NAICS: 532490. Size standard is $6.0 Million. PART I SCHEDULE, SECTION B SUPPLIES OR SERVICES AND PRICE COSTS. RENTAL OF IRRIGATION EQUIPMENT FOR THE BRIDGEPORT RANGER DISTRICT, HUMBOLDT-TOIYABE NATIONAL FOREST. These items are listed to establish competitive unit prices. See below for specifications. ITEM 1 - ENGINES AND PUMPS: 2 EACH AT $_________ = $__________; ITEM 2 - MAINLINE PIPE: 1200 FEET AT $__________ = $__________; ITEM 3 - JOINTS OF LATERIAL LINE: 1000 AT $_________ = $_________; ITEM 4 - NECESSARY AND REQUIRED FITTINGS 1 EACH $_________. GRAND TOTAL - $_________. ROSASCHI RANCH IRRIGATION EQUIPMENT SUPPLY I. GENERAL REQUIREMENTS: A. Scope of Work. The work consists of providing necessary equipment to irrigate upland fields seeded with an annual barley grass seed (Hordeum volgare) on the project site, commonly known as the Rosaschi Ranch. Pumps will be used to pump water from existing irrigation ditches and the East Fork Walker River onto various fields via mainline pipes and lateral pipes. B. Location and Description - The project site is located approximately 18 miles south on Hwy 338 from Wellington, NV and 15 miles north on California State Route 182 that becomes Nevada State Route 338 at the California ? Nevada State line. The general location of the project area is displayed on the accompanying map. The project area consists of formerly irrigated and cultivated fields totaling approximately 200 acres. Access to each site is by two or four wheel drive vehicle. Fields are generally flat to gently rolling topography. After several years without water, the fields are essentially bare of vegetation that would interfere with setting pipe on-site. Treatment is planned in two phases. The first being approximately 97 acres and the second being approximately 103 acres. C. Contract Time - The length of the contract time will be 56 days (8 weeks). The expected start work date for the first phase is May 12 and the end date is June 10. The estimated start work date for the second phase is June 11 and the end date is July 10. Irrigation equipment would need to be provided to the site and set up started on May 12, 2003. D. Contractor or Government Furnished Property - The Government will provide: 1. Equipment to remove pipe from trucks upon arrival at the job site and for loading of pipe at the end of the contract period. 2. Oil and diesel required for operation of engines. 3. Regular service of engines at 250-300 hour operation intervals. 4. Equipment to clear obstacles (such as dirt mounds) obstructing the placement of mainlines. The Contractor will deliver the following irrigation equipment to the Rosaschi Ranch: 1. Two engines and pumps capable of delivering 900 gallons per minute and 60 psi at the pumps delivered to the field and set up. Pumps will have meters for gauging the quantity of water delivered to the mainline. 2. Twelve thousand feet of mainline pipe; ten (10) inches and eight (8) inches in diameter as required delivering the necessary nozzle pressure in lateral lines. 3. One thousand joints of lateral line (3 inches in diameter and 30 feet in length) fitted with risers and 7/64-inch nozzles. 4. All necessary and required fittings to complete set-up. II. TECHNICAL REQUIREMENTS - The Contractor will: 1. Deliver all required equipment to the project site by May 12, 2003. 2. Complete the first set-up of engines, pumps, mainlines, and lateral lines in two fields as directed by the government. 3. Remove all equipment from the fields at the end of the rental period. The Contractor will place all pump and engines in locations approved by the government prior to setup. Impervious aprons will be installed around engines to prevent accidental fuel spills from entering the ground. III. INSPECTION AND ACCEPTANCE: Inspection will be completed upon arrival of the irrigation system, after initial set up and it is fully operational on the first day, and following retrieval of all equipment from the fields. The contract work will be accepted upon successful accomplishment of these requirements. IV. MEASUREMENT AND PAYMENT: Measurement will consist of verification that required materials have been delivered and setup on site and that the system is fully operational. Payment will be made following inspection and fulfillment of technical requirements or a segment of the technical requirements as agreed upon by the government and contractor. Allow up to thirty calendar days to receive payment after government receipt of a proper invoice. V. EVALUATION FACTORS FOR AWARD: NO EVALUATION FACTORS, LOW PRICE. VI. ATTACHMENTS: General location map of the project area. The Government reserves the right to award without further negotiation. Quotes should be submitted initially at the most favorable price. VII. PERMITS AND RESPONSIBILITIES FAR 52.236-7, NOV 1991. The Contractor shall be responsible for all damages to persons or property that occur as a result of the Contractors fault or negligence. The Contractor shall also be responsible for all material delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work, which may have been accepted under the contract. The following FAR clauses apply to this acquisition: 52.212 1, Instruction to Offerors, Commercial Item; 52.212 3, Offeror Representations and Certifications, Commercial Item; 52.212 4, Contract Terms and Conditions, Commercial Item; 52.212 5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Item. NOTE: OFFEROR MUST INCLUDE A COPY OF THE PROVISISONS AT 52.212 3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEM WITH THEIR QUOTE. THIS CAN BE OBTAINED AT http://www.arnet.gov/far/farqueryframe.html. Quotes are due by close of business 05/07/03 at the SW Idaho/Nevada Acquisition office, 1249 So. Vinnell Way, Ste 200, Boise, Idaho 83709. FAX quotes will be accepted at 208-373-4197. Contact Karen Morthland at 208-373-4150 for additional information. SEE SEPARATE FILE FOR SITE MAP.
 
Place of Performance
Address: BRIDGEPORT, CALIFORNIA, HUMBOLDT-TOIYABE NATIONAL FOREST
 
Record
SN00313274-W 20030430/030428213246 (fbodaily.com)
 
Source
FedBizOpps.gov 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.