SOLICITATION NOTICE
W -- Nebraska National Forest Skid Steer Rentals - RFQ
- Notice Date
- 2/22/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, Regional Office, 1617 Cole Blvd, Lakewood, Colorado, 80401, United States
- ZIP Code
- 80401
- Solicitation Number
- 1282X918Q0002
- Archive Date
- 4/7/2018
- Point of Contact
- Kim Luft, Phone: (303)275-5405
- E-Mail Address
-
kluft@fs.fed.us
(kluft@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Request for Quote (RFQ) and Instructions to Offerors This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; contractor proposals are requested. • The solicitation number is 1282X918Q0002 issued as a request for quotes (RFQ). • The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2005-97 Effective Jan 24, 2018. • The FAR provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. In addition, offerors will include with their offer a completed copy of the FAR provision 52.212-3, Offer Representations and Certifications - Commercial Items. The FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, also apply to this acquisition. • This acquisition is a 100% Small Business set-aside. The associated NAICS code 532490 - Other Commercial and Industrial Machinery and Equipment Rental and Leasing with a small business size standard of $32.5M. • Government anticipates awarding a one-time Firm-Fixed Price Purchase Order (PO). DESCRIPTION OF GOV'T REQUIREMENT: Rental of one (1) or two (2) tracked diesel skid steers (depending on which option is best value to the Government) with 90 horsepower or greater engines, lift capacity of at least 3,000 lbs., heat/AC, high flow hydraulics, impact resistant windshield, fall over protection, windshield protection, and joystick controls (not foot pedals) for piling eastern red cedar trees in the Nebraska Sandhills as part of an award from the Joint Chiefs USDA/USFS grant titled Nebraska Northwest Landscape Restoration. Government will provide operator(s). This rental requirement serves as part of a grant to remove eastern red cedars required to pile trees and will help to achieve piling of cedars on more than 2,500 acres of cedar-encroached grasslands. This equipment must be able to lift and move load of at least 3,000 lbs. across sandy rolling terrain. Downed trees will be piled using a 85" Virnig large capacity skeleton grapple (supplied by USFS). Depending upon tree density, skid steers may be required to travel across rolling sandhills to downed trees, and pick up multiple trees at a time. The skid steer must be able to support both the 85" Virnig large capacity skeleton grapple (1,650 lbs.) and a load of cut cedar trees. LOCATION OF WORK: Nebraska National Forests and Grasslands, Bessey Ranger District, Halsey, NE. Project does not extend beyond tree piling in the sandhills. PERIOD OF RENTAL: This equipment will be needed for approximately 1 year for two skid steers or 2 years for one skid steer (depending on which option is best value to the Government) beginning May 1, 2018. Expected time on equipment 900 hours per year. Daily equipment use not to exceed ~10 hours per day. GOVERNMENT FURNISHED: Operator(s), tow vehicle, flatbed trailer, grapple, pushing attachments will all be provided to project by USFS throughout project period. CONTRACTOR PROVIDED SERVICES: Contractor to furnish all necessary labor, supervision, transportation, equipment, materials, supplies and incidentals necessary to perform contract according to specifications, terms and conditions. SITE VISIT: Site visit prior to quote submittal is encouraged. Please contact COR Jason Coffman at jasoncoffman@fs.fed.us or 308-533-2257. Another local POC is Tedd Teahon at tteahon@fs.fed.us or 308-533-8108. BASIS OF AWARD: The provision at 52.212-2, Evaluation-Commercial Items, applies. The Government will award a contract 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: • Product Characteristics - include salient characteristics of product proposing (equipment brochure, etc.) • Price of rental(s) - (Fill out Schedule of Items page 1 of SF1449): NOT required to submit a quote to both Options of Line Item 001. • Location to pick up equipment • Past Performance (Experience Questionnaire) Technical and past performance, when combined, are approximately equal to price. OFFERS DUE: The date, time and place offers are due: March 23, 2018 0900 MST to kluft@fs.fed.us (Email Preferable) or to: USDA Forest Service Rocky Mountain Region, AQM Dept. Attn: Kim Luft, Contracting Officer 1617 Cole Blvd. Bldg. 17 Lakewood, CO 80401 NO FAXED PROPOSALS WILL BE ACCEPTED. ALL QUESTIONS MUST BE SUBMITTED IN WRITING BY COB March 10, 2018 TO KLUFT@FS.FED.US
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82X9/1282X918Q0002/listing.html)
- Place of Performance
- Address: Nebraska National Forests and Grasslands, Bessey Ranger District, Halsey, Nebraska, 69142, United States
- Zip Code: 69142
- Zip Code: 69142
- Record
- SN04831053-W 20180224/180222231424-8fe052117fe76c4520779647bef57820 (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 |