SOLICITATION NOTICE
W -- Rental of Construction Equipment, Pick-up Trucks and Vans.
- Notice Date
- 5/6/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532412
— Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
- Contracting Office
- 150 FW/MSC, 2251 Air Guard Rd SE, Kirtland AFB, NM 87117-5875
- ZIP Code
- 87117-5875
- Solicitation Number
- W912J310T1002
- Response Due
- 5/12/2010
- Archive Date
- 7/11/2010
- Point of Contact
- Patrick Euler, 505-846-6425
- E-Mail Address
-
150 FW/MSC
(patrick.euler@ang.af.mil)
- 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; proposals are being requested and a written solicitation will not be issued. 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. Solicitation number W912J3-10-T-1002 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. 2. This solicitation has been set aside 100% for small business; however, the Government is accepting quotes from large business concerns. In the event of insufficient small business concern participation, award will be made to a participating large business. The North American Industry Classification System (NAICS) code is 532412, Construction, Mining and Forestry Machinery and Equipment Rental and Leasing, and the business size standard is $7.0 million. 3. The Government will award a firm fixed price contract(s) for Equipment rental for the New Mexico Air National Guard, 150th FW and is procuring the following, all brand name or equal: Contract Line Item 0001: Quantity/Units 3 Months Item description: 3 Passenger Pick Up Truck, 1 Each Contract Line Item 0002: Quantity/Units - 3 Months Item description: 6 Passenger Pick Up Truck, 4 Each Contract Line Item 0003: Quantity/Units - 3 Months Item description: 15 Passenger Vans, 2 Each Contract Line Item 0004: Quantity/Units 3 Months Item Description: 8 to 10 k All Terrain Forklift w/ 40 Ft Reach, 1 Each Contract Line Item 0005: Quantity/Units 3 Month Item description: 4 CY Loader (John Deer 644J), 1 Each Contract Line Item 0006: Quantity/Units 1 Month Item description: 11 Ton Roller with Pad Kit, 1 Each Contract Line Item 0007: Quantity/Units 1 Month Item description: Caterpillar 325D L or 329D L Hydraulic Excavator, 1 Each Contract Line Item 0008: Quantity/Units 1 Month Item description: Caterpillar 325D L or 329D L Hydraulic Excavator w/ MP-20 Attachment, 1 Each Contract Line Item 0009: Quantity/Units 1 Month Item description: Caterpillar 325D L Attachments: Impact Hammer, 1 Each; Concrete Cutter, 1 Each; Mechanical Pulverizer, 1 Each. Contract Line Item 0010: Quantity/Units 2 Month Item description: 60 Ft - All Terrain Articulated Boom Lift (JLG or Equal), 1 Each Delivery Date and Location: Contract Line Item 0001 - 0010: All equipment should be delivered to 2251 Air Guard RD SE, Kirtland AFB, NM 87117 or available for pick-up from the vendor location in the local area on Friday, 14 May 2010 by 5:00pm MST. If delivery time is not able to be met, the most advantageous delivery time to the government will be evaluated most favorably. Multiple delivery schedules will be accepted. FOB: Destination 4. It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/ or from http://orca.bpn.gov, if registered in ORCA (On-line Representations and Certifications Application). Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005). All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil or http://www.arnet.gov/far/. The following FAR provisions and clauses are applicable: 52.204-7 Central Contractor Registration 52.208-4Vehicle Lease Payments 52.208-5Condition of leased Vehicles 52.208-6Marking of leased Vehicles 52.208-7Tagging of Leased Vehicle 52.217-8Option to Extend Services 52.228-8Liability and insurance- Leased Motor Vehicles 52.209-2Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.212-1Instructions To Offerors Commercial Items 52.212-2Evaluation Commercial Items 52.212-3 ALT IOfferor Representations and Certifications Commercial Items 52.212-4 52.212-5Contract Terms and Conditions--Commercial Items CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION) 52.219-6Notice of Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36Affirmative Action for Workers With Diabilities 52.222-41 Service Contract Act Of 1965 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-2CLAUSES INCORPORATED BY REFERENCE 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES 252.201-7000Contracting Officers Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 Alt A Central Contractor Registration 252.212-7001CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (Deviation) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.247-7023 Alt III Transportation of Supplies by Sea 5. Award or awards will be made in accordance with simplified acquisition procedures established in FAR Part 13, to the responsive entity or entities whose evaluated quote conform to the combined synopsis/solicitation and represent the best value with the most advantageous delivery schedule. a) The Government will award a contract or contracts resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: i) small business participation, ii) delivery schedule, iii) price b) The Government intends to make award (offer) to the responsive firms without discussions; prospective offerors are advised to submit their best quote prior to quote closing date of 4:00 PM MST, 12 May 2010; however, the Government reserves the right to conduct discussions. c) The Government reserves the right to enter into an agreement with other than the lowest priced offeror. d) The Government intends to enter into an agreement without discussions, nevertheless, the Government may communicate with an offeror in order to clarify or verify information submitted in their quote. e) The Government reserves the right to eliminate from further considerations, those quotes which are considered unacceptable and not capable of demonstrating acceptability without major rewrite or revision. f) The government intends to award either a single award or multiple awards. The award or awards will be made as most advantageous to the government. 6. WAWF is the mandated method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. ANY ADDITIONAL HELP MAY BE OBTAINED VIA THE WEB AT HTTPS://WAWF.EB.MIL/ OR CONTACT THE WAWF HELP DESK AT 1-866-618-5988 OR THE ARMY HELP DESK AT 1-866-598-3560 OR BY E-MAIL AT: CCO-EC-ARMY-WAWF-HELPDESK@DFAS.MIL. 7. All solicitation questions must be received via electronic mail (email) to points of contact SSgt Patrick Euler at 150FW.MSC@ang.af.mil no later than 4:00 PM MST, 10 May 2010. 8. All quotes must be received no later than 4:00 PM MST, 12 May 2010. Quotes may be emailed to the above points of contact or sent by facsimile (fax) at 505-846-5970. CONSTRUCTION EQUIPMENT / VEHICLE RENTAL for NGB IRT MISSION, St. MICHEALS AZ.INTRODUCTION Performance Work Statement (PWS) 4 May 2010 1.0. DESCRIPTION OF SERVICES: 1.1.The Contractor will lease the following construction equipment / vehicles for a period(s) of one to three months as defined to the Government. Trucks require trailer hitches and all should have automatic transmissions. oOne 3-Passenger Pick Up Truck 3 Months oFour 6- Passenger Pick Up Trucks 3 Months oTwo 15- Passenger Vans 3 Months oOne 8 to 10 k All Terrain Forklift w/ 40 Ft Reach 3 Months oOne 4 CY Loader (John Deer 644J or Similar) 3 Months oOne 11 Ton Roller with Pad Kit - 1 Month oOne Caterpillar 325D L or 329D L Hydraulic Excavator w/ MP-20 Attachment 1 Month oOne Each Caterpillar 325D L Attachment (Impact Hammer, Concrete Cutter, Mechanical Pulverizer) 1 Month oOne 60 FT Articulating Boom Lift 2 Months 1.2. The contractor shall be responsible to meet or exceed vehicle serviceability standards as outlined in Air Force Technical Order 36-1-191, Section 1.7 on all contract vehicles. 1.3. It shall be the contractors responsibility to track, coordinate and provide all scheduled and unscheduled maintenance at their facility. The contractor shall be responsible for the number of construction equipment / vehicles in service shall remain at the rental level. 1.4. The contractor shall provide pickup and drop-off of unserviceable and serviceable construction equipment /vehicles as required. 1.5. The contractor shall provide pickup of construction equipment /vehicles requiring maintenance and/or repair. 1.6. The contractor shall provide a contact number for notification of accident or breakdown and arrange pickup and provide replacement vehicle within 72 hours. 1.7. The contractor shall have no hour or day restrictions on the CAT 325 to include the MP 20 attachments. 1.8. The contractor shall have no mileage restriction on the Rental Pickup Trucks or Vans. 1.9. The contractor shall provide costs for the following scenarios: 1.Government to pick up (if within the Albuquerque Metro area) and return of Rental Equipment from contractors yard at the beginning of the rental period and at the end of the rental period. 2.The cost of the contractor to deliver and pick up Rental Equipment to and from Kirtland AFB, NM at the beginning of the rental period and at the end of the rental period. 2.0. SECURITY REQUIREMENTS: 2.1. The contractor shall coordinate all personnel requiring access to Kirtland AFB in association with this contract two 2 calendar days (Tues Fri only) prior to arriving. 150th Civil Engineering Squadron personnel will need to escort any transport vehicles requiring access to Kirtland Air Force Base. The info below shall be furnished to the 150th Civil Engineer Squadron and 150th Contracting Office via Fax (505-846-0842) prior to their arrival. Transportation Company Approximate Time of Arrival 2.1.2. AF Form 75, Visitor Pass. Kirtland Air Force Base is a closed base. All personnel entering must have the specific permission of the installation commander for entry. This permission is granted when the Contractor and employees are issued an AF Form 75, Visitors Pass. All contractor employees shall be required to have in their possession this identification pass at all times while on the installation. 2.2. Reporting Requirements. Deliveries will be made through the Kirtland Air Force Base Truman Gate. 2.3. Physical Security. The contractor shall be responsible for safe guarding all government property and controlled forms provided for contractor use. At the end of each work period, all government facilities, equipment and material shall be secured. 2.4. Compliance with Laws and Regulations. The contractor shall be knowledgeable of and comply with all applicable federal, state and requirements regarding environmental protection to include AFI 32-7080, pollution Prevention Program, AFI 32-7042, Solid and Hazardous 133, North Dakota Administrative Code 33-24-02-06, and base Hazardous Waste Management Plan (September 2005) 5 BW-32-7043. In the event environmental laws/regulation/requirements change during the term of this contract, the contractor shall comply with such regulations as changed. The contractor shall comply with the base Hazardous Waste Management Plan (September 2005) when turning in wastes generated from the spill. 2.5. The contractor and his employees shall be subject to all base regulations. 2.6. Traffic Laws. The contractor and its employees shall comply with all base traffic regulations. 2.7. Weapons, Firearms, and Ammunition. Contractor employees are prohibited from possessing weapons, firearms or ammunition on their person or within their contractor-owned or privately owned vehicle while on Minot Air Force Base. 3.0 GOVERNMENT FURNISHED PROPERTY: 3.1. The Government will not provide any materials or property for any purpose in the performance of this contract. 4.0. GENERAL INFORMATION: 4.1. Base Closures. Services not accomplished because of base closure due to weather, exercises or actual alert, will be accomplished as soon as possible after the reopening the base.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA29-1/W912J310T1002/listing.html)
- Place of Performance
- Address: 150 FW/MSC 2251 Air Guard Rd SE, Kirtland AFB NM
- Zip Code: 87117-5875
- Zip Code: 87117-5875
- Record
- SN02141912-W 20100508/100506234601-02b8e695977f42089e1b803da643dd69 (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 |