Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2003 FBO #0556
SOLICITATION NOTICE

38 -- WATER TENDER SERVICES

Notice Date
6/6/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM CALIFORNIA STATE OFFICE 2800 COTTAGE WAY W-1834 SACRAMENTO CA 95825
 
ZIP Code
95825
 
Solicitation Number
BAQ030005
 
Response Due
6/25/2003
 
Archive Date
6/5/2004
 
Point of Contact
Traci D. Thaler Purchasing Agent 9169784529 traci_thaler@blm.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEASEC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
NA Classification Code: Product Service Code: R499 - Other Professional Services. North American Industry Classification System: 234990 - All other Heavy Equipment. Standard Industrial Classification: 7359 - Equipment Rental and Leasing, size standard is $5 million dollars. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07. Currently there is no funding for this project; BLM anticipates funding should be available approximately July 1, 2003. If a contract is awarded it will be awarded approximately July 1, 2003 for 30 days. The Government has the right to extend the award for up to an additional 45 days without competition at the original quote price with the concurrence of the government and the contractor. The extension will be based on the severity of fire and availability of funding. The US Department of Interior, Bureau of Land Management, California State Office, is seeking sources for two (2) water tenders one (1) water tender to be located at West Valley Fire Station (located in Likely, CA, estimated 25 miles south of Alturas, CA off of Jess Valley Road, Modoc County); one (1) water tender to be located at Surprise Valley Fire Station (located in Cedarville, CA, Modoc County). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. Solicitation number is BAQ030005 and is a request for quotation (RFQ). FAR Clauses 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, applies to this acquisition, with the following addenda: 52.204-6 Contractor Identification Number-Data Universal Numbering System, (DUNS) Number. FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. To obtain any of the FAR clauses and provisions website is http://www.arnet.gov/far/. Award will be based on price and past performance. Prior to award the Government reserves the right to perform a pre and post inspection and ask contractor to start all necessary motors to insure water tender is operational before final acceptance. Water Tender shall be fully operational and maintained to meet the minimum requirements, as specified: shall be capable of carrying a minimum of 3500 gallons and maximum of 4000 gallons of non potable water; shall be capable of overboard pumping and drafting ability with a pump capacity of at least 100-250 gpm at 100-200 psi; shall have a programmable radio, which is compatible with a Bendix King radio and have a frequency range from 150 MHz to 174 MHz. Water tender shall meet the following requirements: 50 feet 1 ? inch serviceable cotton jacketed fire hose; One (1) 1 inch combination fog/straight nozzle with 1 ? inch NH to 1 inch NPSH reducer; a. shall have two each 1 ? inch NH connection or one each 2 ? inch discharge with gated wye to two each 1 ? inch NH connections. Gravity discharge systems are not acceptable. Water tender shall be equipped with a minimum 24 foot of appropriate diameter suction hose equipped with a screened foot valve strainer. Water tender shall have a diesel engine that has a minimum of 300 horsepower. Contractor shall show proof of insurance, current Class A California Drivers License, and Department of Transportation SE Plates. Contractor shall be responsible for furnishing all fuel while under hire. If dispatched to incident and the Government has fuel tender available, contractor may use this service and have this amount deducted from his payment. A licensed class A relief operator may be required for shifts exceeding 16 hours. All operators must show proof of having completed at least 8 hours of fire safety training, including fire shelter use, prior to the start of the contract/purchase order. Contractor shall sign up equipment under an Emergency Fire Equipment Agreement (if currently under agreement with the Forest Service or BLM, submit copy of such agreement). Equipment shall be inspected to ensure equipment meets specifications and safety conditions for both the Emergency Fire Agreement and this contract/purchase order. While on standby, equipment and operator shall not be used for any other purpose. The Government has interagency and cooperative agreements with other Federal, State, and local agencies, along with some private landowners. Equipment can be used by State and local agencies; therefore, the Contractor should have equipment pre-signed up with these agencies (i.e., if contractor is on standby with BLM and CDF breaks a fire, contractor may be dispatched to CDF fire, but must have an agreement on file with CDF). The Government agreement will not be used on non-federal government responsibility fires. The Contractor shall furnish the following: Flashlight, personal protective equipment (PPE), including nomex shirt and trousers meeting CalOSHA Specifications (Nomex shroud is recommended), 8 inch lace up leather boots, leather gloves, hard hat, goggles, Fire Shelter- NWCG approved, and a canteen(s) with water (one (1) gallon minimum). QUOTE IS DUE BY JUNE 25, 2003 BY 11:59PM EST. This solicitation is 100% set aside for small business concerns. HOW TO SUBMIT YOUR BID: You must include Company Name, Contact person, address, city, state, zip code, phone number or you can use the SF-1449. Please specify if you are quoting on one or both locations, and the exact equipment to be used. Vendor must be able to provide the government with their tax ID and D&B numbers. If you have questions, contact Traci D. Thaler, Contracting Officer at 916-978-4529, email address tthaler@ca.blm.gov. Fax copies are authorized and may be faxed to 916-978-4444; it is the vendor's responsibility to call the Contracting Officer to confirm the fax has been received by the BLM. Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website http://www.ccr.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=LM142201&P_OBJ_ID1=486025)
 
Place of Performance
Address: LIKELY, CA - MODOC COUNTY CEDARVILLE, CA - MODOC COUNTY
Zip Code: 96130
Country: USA
 
Record
SN00341864-W 20030608/030606213519 (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.