SOLICITATION NOTICE
W -- ANNUAL LEASE OF BOBCAT
- Notice Date
- 1/18/2006
- Notice Type
- Solicitation Notice
- NAICS
- 532412
— Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of the Navy, United States Marine Corps, Chemical Biological Incident Response Forse, Naval Surface Warfare Center 101 Strauss Ave, Bldg 901, Indian Head, MD, 20640-5035
- ZIP Code
- 20640-5035
- Solicitation Number
- M20364-06-Q-0001
- Response Due
- 2/2/2006
- Archive Date
- 2/17/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial supplies 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; proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-28 and Defense Acquisition Circular 91-13. This action is restricted to small businesses, has a NAICS code of 532412, and a size standard of 6.5 million dollars. This solicitation contains (1) one CLIN; it is the government?s intent of awarding a firm-fixed price contract. The Chemical Biological Incident Response Force, Indian Head, Maryland, has a requirement for the following items: CLIN 0001, Qty 12 months: Lease of one (1) Bobcat with front loader, pallet forks, and rental protection plan. The Bobcat will need to be serviced according to manufacturers schedule by a certified mechanic onsite during the course of the year. A mechanic will need to be on call for any needed emergency repairs to the equipment. We would also like for defective or broken equipment to be replaced within 48 hours from the time of notification of the equipment failure. The Bobcat will be delivered to Robert Downey Training Center located in Indian Head, MD 20640, 10 days after the award. This contract will be issued with a base and 2 option years. The vendor will provide quality products in accordance with the applicable documents listed above. The government reserves the right to select bids based on cost, delivery schedule, and as most advantageous to the government. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation, is considered to be the best value to the Government. The following factors shall be used to evaluate offers and determine the best value to the Government: Price, Technical Acceptance, and Delivery. The following FAR/DFAR Clauses/Provisions apply: 52.252-2, Solicitation Clauses Incorporated by Reference; 52.212-1, Instructions to Offerors Commercial Items; 52.212-2, Evaluation Commercial Items; 52.212-3, Offeror Representatives and Certifications Commercial Items, http://www.arnet.gov; 52.212-4, Contract Terms and Conditions Commercial Items; 52.212-5; Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items; 52.232-33 Payment by electronic funds transfer (Central Contractors Registration); Termination for Convenience of The Government (Fixed- Price); 52.249-8, Default (Fixed- Price Supply); 252.212-7000, Offeror Representatives and Certifications Commercial Items; 252.232.7003, Electronic Submission of Payment Requests); and 252.243-7001, Pricing of Contract Modifications. Offerors responding to this announcement must provide the information contained in 52.212-3, Offeror Representatives and Certifications Commercial Items. In the event that FAR 52.212-3 cannot be obtained send an email or fax requesting a copy. The offeror shall also provide its Commercial and Government Entity (CAGE) code, Contractor Established code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register (http://www.bpn.gov/CCRINQ/scripts/search.asp ) and Wide Area Workflow (https://wawf.eb.mil/ ) to be eligible for award. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 02 February 2006, at 4:30 PM Eastern Standard Time. Ensure you are emailing your quotes to the below email address. Quotes sent to any other address will not be accepted. All responsible sources may submit a quote that will be considered by the Contracting Officer, Chemical Biological Incident Response Force, Indian Head, Maryland. P.O.C. for this solicitation is SSgt Telly J. Renfroe at (301) 744-2094--comm, (301) 744-2018?fax, or via email cbirfcontracting@cbirf.usmc.mil
- Place of Performance
- Address: 101 Strauss Ave, Bldg 700, Indian Head, Maryland,
- Zip Code: 20640
- Country: USA
- Zip Code: 20640
- Record
- SN00968403-W 20060120/060118212641 (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 |