Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2005 FBO #1192
SOLICITATION NOTICE

38 -- Equipment Rental with Operator

Notice Date
2/28/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM ADMINISTRATIVE SUPPORT CENTER (NM, OK, TX) 435 MONTANO NE ALBUQUERQUE NM 87107
 
ZIP Code
87107
 
Solicitation Number
GDQ051020
 
Response Due
3/21/2005
 
Archive Date
2/28/2006
 
Small Business Set-Aside
Total Small Business
 
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; offers are being requested and a written solicitation will not be issued. Solicitation number GDQ051020 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27. This is a total small business set-aside under NAICS 238910 with an associated small business size standard of $12M. Make sure that FAC# is latest. Note your NAICS and size standard. Requirement- Crawler Dozer with a minimum of 140 DBHP, a minimum blade width of 10 feet, and rollover protection. The services covered in this contract include the furnishing of operator, equipment, transportation, fuel, lubricants and incidentals. The contractor shall ensure that the operator is thoroughly familiar with the operation of the required equipment and the work to be completed under this contract. Work to be Completed- Maintenance/reconstruction of earthen reservoirs and the construction of two new reservoirs. Trees and shrubs should be cleared from the dam site and flooded basin and placed downstream from the site or above the high water line. The foundation area of the dam should be plowed (18 inches deep) and scarified in the direction of the main axis of the dam so there will be a good bond between the foundation and the fill material. The minimum bottom width of the trench must be 12 feet with a 1 to 1 side slope. Where suitable material is available above the dam, it should be obtained there so the borrow pit will become part of the reservoir and add depth to the impoundment. During the compaction phase of construction all of the fill dimensions should be increased by 10 percent to allow for settling of the material over time. 1. The slopes of the dam must be a minimum of 3 to 1 on the upstream side, 2 to 1 on the downstream side, and 4 to 1 on the rest of the slopes of the impoundment. 2. Minimum width at the top of the dam must be 12 feet. 3. Freeboard (depth from the top of the dam to the high water mark when the spillway is carrying the estimated peak runoff) must not be less than 3 feet. The spillway must be designed to minimize the risk of the dam being overtopped during the design life of the structure. A natural spillway is preferred. It should have a broad, relatively flat cross section, be located away from the fill, and re-enter the main channel some distance downstream from the fill. When a spillway is built, it should be wide and flat bottomed. The entrance must be wide and smooth and the grade of the spillway channel mild so the water will flow through without cutting. The spillway should be no less than 25 feet wide to provide for snow and trash blockage. 4. The emergency spillway will be designed to safely pass the peak runoff from a 25 year storm. You should include some allowance for sedimentation. 5. Minimum depth at the lowest corner of the pit will be 10 feet unless subsurface rock or other conditions prevent this depth. 6. Semicompaction is required as a minimum. Semicompaction means that compaction is obtained by placing the embankment material by scraper type equipment in approximately horizontal layers, 6 inches thick, and distributing the equipment travel over the entire width of the embankment to obtain uniform compaction while placing the material. The material must contain sufficient moisture for the travel of the equipment to effectively consolidate the embankment. 7. Topsoil should be stockpiled during every reservoir construction and spread uniformly over the disturbed areas. Topsoil must not be disturbed above the high water line except for spillway excavations or when the borrow must be taken from other than the impoundment area. The anticipated performance window will be from April 2005 to May 2005. Proper conditions and the ability to perform the required work may vary due to air temperature, soil temperature, snow cover, and access to the area. Location- Tank locations range from approximately 12 miles northeast of Aztec, NM, to 30 miles southeast of Blanco. Access to the sites are over public roads, both paved and unimproved dirt. Measurement and Payment- The number of hours of actual equipment use (Crawler Dozer with operator) will be determined by the Contracting Officer after comparison of records by the Contractor and the Contracting Officer at the end of each day the work is performed. Moving the specified equipment to and from the work-site shall be at the expense of the Contractor. Moving the equipment from one portion of the work-site to another after equipment rental has been ordered, will be paid for at the Contract price per hour for the particular equipment. Basis of Payment- Payment will be full compensation for the number of hours of actual equipment used measured to the nearest 1/4 of an hour. No compensation will be made for travel to and from the worksite. The provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. By the provision at 52.212-2, Evaluation-Commercial Items, technical capability of equipment and labor to meet the described government need, and price will be evaluated equally. It is advised that a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items be submitted along with the offer; the provision may also be completed online by accessing http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies. No addenda are enclosed. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses also apply: 52.204-06, Data Universal Numbering System (DUNS) Number; 52.204-07, Central Contractor Registration; 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; 2.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-41, Service Contract Act of 1965, as Amended (USDOL WD No. 1969-0115, Revision No. 33 applies); 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment; and 52.237-01 Site Visit. The following BLM clauses apply to this acquisition: 9.1510-52.212-70, BLM-Variation in Quantity(Services)(Deviation); 9.1510.018, Preservation of Historical and Archaeological Data. Written offers on a company letterhead with contact information are due no later than 3:00 PM on March 21, 2005 by mail or in person at BLM Acquisition Support Center, 435 Montano Road NE, Albuquerque, New Mexico 87107, by facsimile to 505-761-8763, or by electronic mail to janet_huff@nm.blm.gov. For information regarding this Request for Quotation, please contact Janet Huff at 505-761-8709.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=859893)
 
Place of Performance
Address: Farmington, NM
Zip Code: 87401
Country: US
 
Record
SN00759727-W 20050302/050228212300 (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.