Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2008 FBO #2232
SOLICITATION NOTICE

W -- Rental of Power Generators, 230kw

Notice Date
1/4/2008
 
Notice Type
Solicitation Notice
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
ACA, Fort Irwin, Directorate of Contracting, PO Box 105095, Fort Irwin, CA 92310-5095
 
ZIP Code
92310-5095
 
Solicitation Number
W80WLG8353NR14
 
Response Due
1/5/2008
 
Archive Date
3/5/2008
 
Point of Contact
MARIO A. GONZALEZ, 7603803693
 
E-Mail Address
Email your questions to ACA, Fort Irwin
(mario.gonzalez@us.army.mil)
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued. This acquisition is unrestricted. Items required: Rental of 86 Generators, 230kw and all necessary equipment to include distribution equipment. Price shall include delivery, set- up, and removal of Generators and related equipment on the last POP day. The NAICS Code is 532490, Other Commercial and Industrial Machinery and Equipment Rental and Leasing. The SIC code is 7359. The FSC is 6115, Generators and Generator Sets, Electrical . Generators will be delivered to the MCC yard for initial inspection and accountability and relocated to required locations. Contractor shall start set up when necessary to ensure set up is complete and equipment serviceable and ready for use on the fir st POP day. Contractor shall ensure all Generators are delivered full with JP8 fuel. Contractor shall provide repair and / or replacement services for the leased equipment within 6 hours. Any repairs or replacements for the leased equipment not serviced within 24 hrs, will not be charged to the U.S. Government. Please note, due to the nature of the training exercises conducted, the POP dates may shift slightly. In the event this happens, the Contracting Officer will notify Contractor within 12 - 24 hrs to make adjustments accordingly. The U.S. Government shall not be charged for equipment returned early. NOTE: Equipment will be set up throughout various locations at Ft. Irwin, CA: Location: FOB Warrior (RUBA) 30 ea POP: 7  1 9 Jan 2007 2 -14 Feb 2007 Location: Yermo 2 ea POP: 9 19 Jan 2007 2  10 Feb 2007 Location: FOB Detroit 16 ea POP: 18 Jan  4 Feb 2007 Location: FOB Seattle 12 ea POP: 18 Jan  4 Feb 2007 Location: FOB Dallas 7 ea POP: 18 Jan  4 Feb 2007 Location: FOB Denver 9 ea POP: 18 Jan  4 Feb 2007 Location: Draw Yard & RUFMA 4 ea POP: 8  18 Jan 2  10 Feb 2007 Location: Bike Lake 6 ea POP: 14 Jan  4 Feb 2007 Any firm that believes it can demonstrate the ability to comply with the stated requirements listed above, they must comply with the following: Offeror must indicate the maximum time required to effect delivery. Prices quoted shall be F.O.B. Destination prices. Supplies will be shipped to Fort Irwin, CA. The Government contemplates award of a Firm Fixed Price order resulting from this solicitation. FAR Provision 52.212-1, Instructions to Offerors - C ommercial Items, applies to this acquisition; Paragraphs (b)(10), (d), (e) and (h) are deleted. FAR Provision 52.212-2, EvaluationCommercial Items, is applicable; Technical (Offered products having all salient characteristics), Delivery Timeframe, and Pri ce are the evaluation criteria. The Government intends to make a single award to the lowest responsive, responsible offeror whose quotation conforms to the solicitation and is most advantageous to the government considering price and non-price related fact ors. Offerors shall include a completed copy of the provision at FAR 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items, with their quotations. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to th is acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition with the following clauses checked as applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-14, Limitations on Subcontracting; 52.222-21, Notice to the Government of Labor Disputes; 52.222-26, Equal Opportunity; 5 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; 52.222-37, Employment reports on special disabled veterans, veterans of the Vi etnam era, and other eligible veterans; 52.222-19, Child Labor  Cooperation with Authorities and Remedies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.232-33, Payment by Electronic Fu nds Transfer  Other than Central Contractor Registration and 52.214-21, Descriptive Literature. DFARS Clause 252.212-7001, Contract Terms and Conditions to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items, applie s to this acquisition and is incorporated in full text with the following clauses checked as applicable: 252.225-7036, Buy American ActFree Trade AgreementsBalance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.232-70 03, Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea; 252.243-7002, Requests for Equitable Adjustment. The following additional FAR Clause is applicable: 52.211-6, Brand Name or Equal. The offeror shall indicate ma nufacturer part numbers quoted and supply descriptive literature that will be used in evaluation of offers. Offeror shall provide the DUNS Number, Cage Code and Federal Tax-ID number along with their quotation. All offerors must be CCR Registered in accor dance with DFARS Provision 252.204-7004, Alt A. Offers are due no later than 3:00pm P.S.T. 5 Jan 2008. All responsible concerns may submit an offer which will be considered by the agency. Submit offers to the Directorate of Contracting, ATTN: MAJ Luke Be ss, 505 LANGFORD LAKE ROAD, FORT IRWIN, CALIFORNIA 92310. . Facsimile quotations will be accepted and may be sent to (760) 380-3693. Contact MAJ Bess, 760-380-2871, luke.bess@us.army.mil or CPT Mario Gonzalez, 760-380-3798, for information regarding the solicitation. Unrestricted
 
Place of Performance
Address: ACA, Fort Irwin Directorate of Contracting, PO Box 105095 Fort Irwin CA
Zip Code: 92310-5095
Country: US
 
Record
SN01479366-W 20080106/080104224039 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.