Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2012 FBO #3889
SOLICITATION NOTICE

W -- Rental of Heavy Equipment

Notice Date
7/16/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
M67399 MARINE CORPS AIR GROUND COMBAT CENTER 29 PALMS-RCO Twentynine Palms, CA
 
ZIP Code
00000
 
Solicitation Number
M6739912Q0037
 
Point of Contact
Rowena Hardgrove 760-830-5336 Ssgt Munir Abuwi
 
E-Mail Address
<!--
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation (Rental of Heavy Equipment) 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. The solicitation is being issued as a request for quotation (RFQ). RFQ # M67399 12 Q 0037 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55. This is a restricted purchase set-aside for 100% Small Business Concerns. The North American Industry Classification System Code (NAICS) is 532412. The Standard Industrial Classification Code (SIC) for this order is 7353. The small business size standards are 7 Million US Dollars. The Federal Supply Classification (FSC) for this order is W038. This solicitation is for rental of Heavy Equipment that will not be utilized more than 40 hours per week. The government reserves the right to make multiple awards if found advantageous to the government. The requirement is listed as follows: CLIN 0001- Wheel Loader with 4.5 Bucket. Quantity: 2. All equipment must be in proper working condition. Vehicle is to be fully fueled at contract delivery. The government is responsible to fuel at end of contract. Tires are to have a minimum of 20/32 inch tread wear measured from the center. A joint limited technical inspection (LTI) will be conducted with the vendor and the government prior to equipment acceptance. A joint LTI will be conducted with the vendor and government at end of period of performance. The period of performance is 31 Jul 2012 through 10 Aug 2012. Drivers not needed. CLIN 0002- 84 Single Smooth Drum Roller/ Vibratory Compactor. Quantity: 2. All equipment must be in proper working condition. Vehicle is to be fully fueled at contract delivery. The government is responsible to fuel at end of contract. Tires are to have a minimum of 20/32 inch tread wear measured from the center. A joint limited technical inspection (LTI) will be conducted with the vendor and the government prior to equipment acceptance. A joint LTI will be conducted with the vendor and government at end of period of performance. The period of performance is 31 Jul 2012 through 10 Aug 2012. Drivers not needed. CLIN 0003 - 14M Motor Grader. Motor Grader with at least 14 Molboard. Quantity 2. All equipment must be in proper working condition. Vehicle is to be fully fueled at contract delivery. The government is responsible to fuel at end of contract. Tires are to have a minimum of 20/32 inch tread wear measured from the center. A joint limited technical inspection (LTI) will be conducted with the vendor and the government prior to equipment acceptance. A joint LTI will be conducted with the vendor and government at end of period of performance. The period of performance is 31 Jul 2012 through 10 Aug 2012. Drivers not needed. CLIN 0004- Laser System. Single GPS Laser System to be installed on Motor Grader. Quantity 1. All equipment must be in proper working condition. Vehicle is to be fully fueled at contract delivery. The government is responsible to fuel at end of contract. Tires are to have a minimum of 20/32 inch tread wear measured from the center. A joint limited technical inspection (LTI) will be conducted with the vendor and the government prior to equipment acceptance. A joint LTI will be conducted with the vendor and government at end of period of performance. The period of performance is 31 Jul 2012 through 10 Aug 2012. CLIN 0005- Air Compressor, 375 CFM, 260 or higher PSI, Quantity: 2. All equipment must be in proper working condition. Vehicle is to be fully fueled at contract delivery. The government is responsible to fuel at end of contract. Tires are to have a minimum of 20/32 inch tread wear measured from the center. A joint limited technical inspection (LTI) will be conducted with the vendor and the government prior to equipment acceptance. A joint LTI will be conducted with the vendor and government at end of period of performance. The period of performance is 31 Jul 2012 through 10 Aug 2012. CLIN 0006- Multi Terrain Loader/Skid Steer Loader, Quantity 2. All equipment must be in proper working condition. Vehicle is to be fully fueled at contract delivery. The government is responsible to fuel at end of contract. Tires are to have a minimum of 20/32 inch tread wear measured from the center. A joint limited technical inspection (LTI) will be conducted with the vendor and the government prior to equipment acceptance. A joint LTI will be conducted with the vendor and government at end of period of performance. The period of performance is 31 Jul 2012 through 10 Aug 2012. Drivers not needed. CLIN 0007- 2000 Gallon Water Truck with water, hose and attachment. Quantity: 2, All equipment must be in proper working condition. Vehicle is to be fully fueled at contract delivery. The government is responsible to fuel at end of contract. Tires are to have a minimum of 20/32 inch tread wear measured from the center. A joint limited technical inspection (LTI) will be conducted with the vendor and the government prior to equipment acceptance. A joint LTI will be conducted with the vendor and government at end of period of performance. The period of performance is 31 Jul 2012 through 10 Aug 2012. Drivers not needed. Place of contract performance will be at MCMWTC, Bridgeport, CA 93517 (Pickle Meadows off Highway 108). The successful offeror is required to be registered with, understand, and invoice through Wide Area Workflow. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation provisions and clauses are applicable to this acquisition. All provisions and clauses may be found at the following website: http://farsite.hill.af.mil/ FAR: 52.211-17, 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.2125(a)(b)(11)(22)(25)(26)(27)(28)(30)(37)(46), 52.222-25, 52.233-4, 52.237-2 and 52.247-34. DFARS: 252.203-7000, 252.204-7004 (Alt A), 252.212-7000, and 252.212-7001(a)(b)(1)(22)(28)(I)(IV)(c). CLAUSE INCORPORATED BY FULL TEXT 52.228-5 INSURANCE--WORK ON A GOVERNMENT INSTALLATION (JAN 1997) (a) The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. (b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective (1) for such period as the laws of the State in which this contract is to be performed prescribe, or (2) until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request. (End of clause) INSURANCE As required by FAR 52.228-5, the following minimum amounts are established for performance under this contract: Workers Compensation: Statutory Minimum General Liability: $500,000 per occurrence Automobile Liability: $200,000 per person $500,000 per occurrence for bodily injury $20,000 per occurrence for property damage Liability and Insurance Rental Motor Vehicles. (a) The Government shall be responsible for loss of or damage to (1) Rental vehicles, except for normal wear and tear; and loss or damage caused by the negligence of the Contractor, its agents, or employees. The determination of the Contracting Officer concerning these issues shall be final and shall not be grounds for Contractor claim or request for equitable adjustment. (2) Property of third persons, or the injury or death of third persons, if the Government is liable for such loss, damage, injury, or death under the Federal Tort Claims Act (28 U.S.C. 2671-2680). (b) The Contractor shall be liable for, and shall indemnify and hold harmless the Government against, all actions or claims for loss of or damage to property or the injury or death of persons, resulting from the fault, negligence, or wrongful act or omission of the Contractor, its agents, or employees. (c) The Contractor shall provide and maintain insurance covering its liabilities under paragraph (b) of this clause, in amounts of at least $200,000 per person and $500,000 per occurrence for death or bodily injury and $20,000 per occurrence for property damage or loss. (d) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the interests of the Government shall not be effective (1) for such period as the laws of the State in which this contract is to be performed prescribe or (2) until 30 days after written notice to the Contracting Officer, whichever period is longer. The policies shall exclude any claim by the insurer for subrogation against the Government by reason of any payment under the policies. (e) The contract price shall not include any costs for insurance or contingency to cover losses, damage, injury, or death for which the Government is responsible under paragraph (a) of this clause. EVALUATION. The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: 1) Technical- Equipment must be model year 1999 or newer and have less than 20,000 hours of operation. Both interior and exterior of the vehicle must be free of excessive soil, rust, and damage. Each vehicle must meet all applicable Federal safety requirements and will have, as a minimum, the following safety features: seatbelts, rear view mirror, windshield wipers, parking break, horn, locking gas cap or door, reverse back up warning alarm, air conditioning, heat, and exhaust pipe screen. The Contractor shall provide the model number of the equipment that is being offered. Whether equipment is technically acceptable as equal to models named in specifications will be determined in the sole discretion of the Contracting Officer. The Contractor shall provide all labor and parts necessary to maintain the Contractor s equipment in a satisfactory condition in accordance with the manufacturer s published specifications and current industry standards. The Contractor at no additional cost to the Government shall supply all parts, supplies, labor, and transportation required to perform service inspections and maintenance on the Contractor s equipment. If the equipment breaks down the contractor has twenty four (24) hours, to include weekends, to respond to the call and repair the equipment. If the equipment is down for more than one (1) day, the contractor will provide a replacement of the equipment at no additional cost to the government. For all licensed vehicles (to include trailers, service trucks, tractors, etc) provide a copy of the registration of the vehicle at time of award. Contractor shall provide a plan for removing all equipment from the performance site and the confines of MCMWTC within 24 hours after the end of the performance period. Contractor shall acknowledge MCMWTC Access/Security Requirements-Contractor and Contractor-Employee Access Conditions and adhere to the requirements listed in the clause. 2) Delivery-Acknowledge ability to comply with required delivery date and the coordinated moves required during the period of performance. The price of delivery is to be included within the CLIN structure for each CLIN. 3) Price 4) Past Performance-Evaluation of past performance may include, but not limited to, relevance and extent of previous contracts, quality and conformance of supplies/services to contract requirements, timely delivery/performance, customer satisfaction, and cost control. Past performance information utilized in the evaluation may be obtained from contractor references, PPIRS, CPARS, and any other sources that have relevant information. Contractor s MUST have two references submitted directly to the Purchase Agent via email no later than 0900 PST, 23 July 2011. Greater weight (both positive and negative) will be given for performance under previous contracts that are more similar in scope, size, and complexity to this procurement. Those offerors with no relevant past performance information will be evaluated neither favorably nor unfavorably; however, an offeror with no relevant past performance history may not represent the most advantageous proposal to the government. Early elimination of quotes: An offeror s quote may be eliminated from further consideration for award or continued evaluation if it: takes exception to the requirements of the RFQ, contract clauses, and all other material terms and conditions in the RFQ or there is an unexplained ambiguity in the quote, is unrealistically high or low in price, reflects an inherent lack of technical competence, or is indicative of a failure to comprehend the proposed work. *** It is very important that all vendors and contractors follow all instructions provided below, when quotes, bids, or proposals are being submitted *** Please include DUNS #, CAGE CODE #, and TIN #. F.O.B Destination. If you have any questions or concerns please contact Proposals or Quotation are due by 0900 (9:00AM) PST on July 23, 2012 at The Regional Contracting Office, Marine Corps Air Ground Combat Center (MCAGCC)/Marine Corps Air Ground Task Force Training Command (MCAGTFTC), P.O. Box 788153, Twenty-nine Palms, CA 92278-6053, ATTN; Rowena Hardgrove at 760-830-5336 or email: rowena.hardgrove@usmc.mil FED EX/HAND-CARRIED Proposals or Quotation are due by 0900 (9:00AM) PST on July23, 2012 at The Regional Contracting Office, Marine Corps Air Ground Combat Center (MCAGCC)/Marine Corps Air Ground Task Force Training Command (MCAGTFTC), Bldg 1102, Door 21, P.O. Box 6053, Twenty-nine Palms, CA 92278-6053, ATTN: Rowena Hardgrove, Purchasing Agent, Telephone# 760-830-5336 and email: rowena.hardgrove@usmc.mil FAXED QUOTATIONS WILL NOT BE ACCEPTED. MCMWTC Access/Security Requirements-Contractor and Contractor-Employee Access Conditions: USMC WIDE AREA WORKFLOW IMPLEMENTATION (AUG 2006) To implement DFARS 252.232-7003, "ELECTRONIC SUBMISSION OF PAYMENT REQUEST (JAN 2004)", the United States Marine Corps (USMC) utilizes Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA) to electronically process vendor requests for payment. This application allows DoD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. The contractor is required to utilize this system when processing invoices and receiving reports under this contract/order, unless the provision at DFARS 252.232-7003(c) applies. The contractor shall (i) ensure an Electronic Business Point of Contact is designated in Central Contractor Registration at http://www.ccr.gov and (ii) register to use WAWF-RA at the https://wawf.eb.mil site, within ten (10) calendar days after award of this contract or modification. Step by step procedures to register are available at the https://wawf.eb.mil site. The USMC WAWF-RA point of contact (POC) for this contract is SAUNDRA WURST and can be reached at 760-830-5121 or email saundra.wurst@usmc.mil. The contractor is directed to use the Invoice and Receiving Report 2-in-1 for Services. Please do not process WAWF-RA electronic documents until proof of delivery has been received by your organization. When entering the invoice into WAWF-RA, the contractor shall use the following DoDAAC fields: Contract Number Delivery Order Cage Code/Ext Pay DoDAACM67443 Issue DateUse Date on Page 1, Block 31c. Issue By DoDAACM67399 Admin By DoDAACM67399 Ship To Code/ExtAcceptor Code: Ship From Code/Ext Leave Blank LPO DoDAAC Leave Blank Acceptor Contract SpecialistEmail: Email: Inspect By DoDAAC/Ext Leave Blank Please do not process WAWF-RA electronic documents until proof of delivery has been received by your organization. In some situations the WAWF-RA system will pre-populate the Issue By DoDAAC , Admin By DoDAAC and Pay DoDAAC . Contractor shall verify those DoDAACs automatically entered by the WAWF-RA system match the above information. If these DoDAACs do not match, then the contractor shall correct the field(s) and notify the Contracting Officer of the discrepancy (ies). Step by step WAWF-RA invoicing procedures for Combo, 2-in-1, and Cost Voucher are available at the USMC paperless site at http://www.marcorsyscom.usmc.mil/sites/pa/ under Vendor Interface section. On the Vendor Interface page click on WAWF-RA header at the top of the page. Under downloads on the WAWF-RA page that appears, click the appropriate document either Combo, 2-in-1, or "Cost Voucher to download the instructions. Before closing out of an invoice session in WAWF-RA, but after submitting the document or documents, the contractor will be prompted to send additional email notifications. Contractor shall click on Send More Email Notification on the page that appears. Add the acceptor s/receiver s email address (Note this address is their work email address not their WAWF-RA organizational email address) in the first email address block and add any other additional email addresses desired in the following blocks. This additional notification to the Government is important to ensure the acceptor/receiver is aware that the invoice documents have been submitted into the WAWF-RA system. NOTE: The POCs identified above are for WAWF-RA issues only. Any other contracting questions/problems should be addressed to the Contracting Officer or other person identified in the contract to whom questions are to be addressed. (End of clause) ATTACHMENT A: PAST PERFORMANCE PAST PERFORMANCE QUESTIONNAIRE TEMPLATE Instructions: Sections I through III to be completed by the Offeror/Major Subcontractor and provided to the assessor (Government personnel who had experience with the Offeror/Major Subcontractor on a previous relevant contract). The assessor, in turn, to verify Sections I through III, complete the questionnaire, and submit to the Contracting Office. The Offeror should also submit with its proposal (by the closing date of the Solicitation) copies of Sections I and II of all questionnaires as provided to assessors. Section II to be validated by the assessor. If any information is incorrect herein, please annotate and provide the correct information accordingly. Sections III through VII to be completed in their entirety by the assessor. Message to the assessor: Your assistance is requested by the HQMC to assist with establishing the performance history for the Contractor named below. In efforts to expedite receipt of the requested information, the Contracting Office respectfully requests that you do not mail hard copies. Instead, please e-mail the completed questionnaire(s) to: Rowena.hardgrove@usmc.mil. I. Solicitation Data (Rental of Heavy Equipment) Solicitation NumberM67399 12 Q 0037 Project/RequirementRental of Heavy Equipment Customer/AgencyMCAGCC/MAGTFTC Project/Requirement DescriptionRental of Heavy Equipment II. Current or Historical Contract Information Assessor: The performance data submitted by the Offeror is 0 correct or 0 incorrect. CONTRACTOR NAME & ADDRESS: Contract No Type of Contract InitialFinal Period of Performance/Delivery Schedule Project/Requirement Description Please select from the following as it applies to this contract: Contracting Role0 PRIME 0 SUBCONTRACTOR Termination History0 Convenience 0 Default 0 N/A III. Assessor Information Assessor Name Title Phone Number/Email Address Identify your role in the contract award or administration and the period of your involvement. üRolePeriod of Involvement Procuring Contracting Officer (PCO) Administrative Contracting Officer (ACO) Contract Specialist Contracting Officer s Representative (COR) Technical Project Lead/Project Officer Quality Assurance Specialist Defense Contract Audit Agency (DCAA) Auditor Other: IV. Evaluation Definitions The following definitions should be used in your assessment of Contractor performance. EXCELLENTPerformance EXCEEDED MOST contractual requirements to the Government s benefit. The performance of areas being assessed was accomplished with few minor issues or concerns. VERY GOODPerformance EXCEEDED SOME contractual requirements to the Government s benefit. The performance of areas being assessed was accomplished with few minor issues or concerns, for which the Contractor s corrective actions were highly effective. GOODPerformance MET contractual requirements. The performance of the areas being assessed contains minor issues or concerns, for which corrective actions taken by the Contractor were effective. MARGINALPerformance MET SOME contractual requirements. The performance of the areas being assessed includes significant problems, issues, or concerns for which corrective actions taken by the Contractor were only somewhat effective. UNSATISFACTORYPerformance Did NOT MEET contractual requirement. The performance of the areas being assessed includes serious problems, issues, or concerns for which the Contractor s corrective actions were ineffective. NEUTRALPerformance information not recent or relevant as defined in the Solicitation. This is neither a negative nor positive assessment. PERFORMANCE INFORMATION The following questions are two (2) types: YES/NO and RATING. The YES/NO questions should be supplemented with an explanatory narrative if the answer is YES . When responding to the RATING type questions, choose the number on the scale of 1 to 5 which most accurately describes the Contractor s performance or situation. If the question is not applicable, circle N/A . Responses to the RATING type questions should be supplemented with explanatory narrative as well, if necessary. The numbers 1 to 5 correspond with the following values: 1 = Unsatisfactory 2 = Marginal 3 = Good 4 = Very Good 5 = Excellent N/A = Neutral SCHEDULE 01.Contractor s responsiveness/timeliness in providing the required services. 1 2 3 4 5 N/A ________________________________________ ________________________________________ ________________________________________ 02.Contractor s responsiveness/timeliness to administrative functions of the contract. 1 2 3 4 5 N/A ________________________________________ ________________________________________ ________________________________________ 03. Contractor s responsiveness/timeliness in responding to questions or correspondence. 1 2 3 4 5 N/A ________________________________________ ________________________________________ ________________________________________ 04.Contractor s compliance with contract terms and conditions. 1 2 3 4 5 N/A ________________________________________ ________________________________________ ________________________________________ MANAGEMENT OF KEY PERSONNEL 05.Contractor s preparation & training of personnel. 1 2 3 4 5 N/A ________________________________________ ________________________________________ ________________________________________ 06. Contractor s ability to effectively manage subordinates. 1 2 3 4 5 N/A ________________________________________ ________________________________________ ________________________________________ QUALITY OF SERVICES 07.Contractor s ability to assimilate & accommodate changes in contractual requirements and/or priority.1 2 3 4 5 N/A ________________________________________ ________________________________________ ________________________________________ 08.Contractor s exhibited knowledge of and compliance with Government (or other) regulations.1 2 3 4 5 N/A ________________________________________ ________________________________________ ________________________________________ 09.Contractor s demonstration of technical expertise in providing all contractual services1 2 3 4 5 N/A ________________________________________ ________________________________________ ________________________________________ 10.Contractor possession/utilization of tools/ equipment necessary for adequately providing the required services. 1 2 3 4 5 N/A ________________________________________ ________________________________________ ________________________________________ 11.Contractor s accomplishment in meeting the Quality standards specified for: (a) Technical Performance 1 2 3 4 5 N/A (b) Administrative Performance 1 2 3 4 5 N/A ________________________________________ ________________________________________ ________________________________________ 12.Has a Cure Notice or Show Cause Letter ever been issued? (if yes , please explain in Remarks section and state quantity of each issue) YESNO N/A ________________________________________ ________________________________________ ________________________________________ 13.Has an election ever been made to not exercise an option due to the Contractor s poor performance? (if yes , please explain in Remarks section)YESNO N/A ________________________________________ ________________________________________ ________________________________________ BUSINESS RELATIONS 14.How would you rate the Contractor overall performance? 1 2 3 4 5 N/A ________________________________________ ________________________________________ ________________________________________ 15. Would you award similar contracts to this Contractor? (if no , please explain in Remarks section)YESNO ________________________________________ ________________________________________ ________________________________________ Date
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67399/M6739912Q0037/listing.html)
 
Place of Performance
Address: MARINE CORPS MOUNTAIN WARFARE TRAINING CENTER, BRIDGEPORT, CA
Zip Code: 93517
 
Record
SN02804202-W 20120718/120716235402-e9fec69e8dffad88ede9d96809241d29 (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.