|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 7,1999 PSA#2426USCG Engineering Logistics Center, 2401 Hawkins Point Road, Mail Stop
#99, Baltimore, MD 21226-5000 W -- MANLIFT RENTAL SOL DTCG40-99-Q-40016 DUE 091199 POC Point of
Contact -- Contact Brenda Thomas, 410/762-6454/Contract Specialist,
David H. Monk, 410/762/6456/Contracting Officer This is a combined
synopsis/solicitation for the rental of a commercial item, prepared in
accordance withthe format in Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only Request for Quotation (RFQ): and a written
quotation will not be issued. The quotation number is
DTCG40-99-Q-40016. The Coast Guard intends to award a Blanket Purchase
Agreement (BPA), as a result of this synopsis/request for quotation.
The quotation docuemnt and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 97-13. Full and
open competition applies. The SIC Code is 7353, small business size
standard, $5.0 Purpose. The purpose of this synopsis/solicitation is to
provide a 60 foot, self-propelled diesel driven articulated diesel
driven articulated boon manlift to the Coast Guard YARD, 2401 Hawkisn
Point Road, Baltimore, Maryland. The rental shallinclude maintenance
and a two (2) hour response time for emergency repairs inthe event of
equipment failure. Rentals are to be provided on a weekly rental basis
for up to eight weeks per unit. Up to five (5) units may be required
per request. Extent of obligation. The Government is obligated only to
the extent of authorized purchases actually made under the BPA.
Provide the following rates. HOURLY RATE, MONDAY THRU FRIDAY, 7:30 --
4:00 _______ HOURLY RATE OVERTIME SATURDAY, SUNDAY, HOLIDAYS _______
FLAT WEEKLY RATE _______ FLAT MONTHLY RATE _______ Authorized purchases
under this BPA shall not exceed $230,000. Rental limitation. The rental
limitation is $25,000 per call. The cost of rentals shall be paid by
projects utilizing the individual units. During the term of the BPA,
the Contractor shall provide to the Government, one or more 60 foot,
self-propelled diesel driven articulated boom manlifts, the amount of
which shall not be less than one (1) week rental. The Government shall
not exceed the maximum ceiling amount of $230,000.00, when all orders
placed are added together. The duration of the contract period is
expected to be form the approximately mid September 1999 to mid
September 2000. F.O.B. Point: Destination U.S. Coast Guard Yard, 2401
Hawkisn Point Road, Baltimore, Maryland. Delivery dates and times shall
be designated by the authorized calling agent. FAR provision 52.212-1,
Instruction to Offerors -- Commercial Items applies to this
acquisition along with the following addenda: (1) Paragraph (b) --
Offerors who choose to submit their proposal on a SF 1449 may contact
Brenda Thomas for a copy. Offers that fail to furnish required
representations or information, or reject the terms and conditions of
this request for quotation may be excluded from consideation. The
following evaluation procedures are included as an addendum to FAR
Clause 52.212-2: The Government will award a contract of the lowest
evaluated rate. A written notice of award or acceptance of an offer,
mailed or otherwise furnished to the successful offeror within the time
for acceptance specified in the offer, shall result in a binding
contract without further action by either party. Before the offeror's
specified expiration time, the Government amy accept an offer (or part
an offer), whether or not htere are negotiations after its receipt,
unless a written notice of withdrawal is received before award. 60
foot, self-propelled diesel driven articulated boom manlift Final
acceptance shall be destination. Closing date and time for receipt of
offers is September 11, 1999 at 2:00 p.m. Eastern Standard Time. Submit
offers in strict accordance with FAR provision 52.212-1. Mail quotation
ot Commanding Officer, Code 044/44, USCG Engineering Logistics Center,
Mail Stop 99, 2401 Hawkins Point Road, Bldg. #31, 2nd Floor,
Baltimore, Maryland 21226-5000. Fascimilied offers are authorized.
Question may be directed to Mrs. Thomas at (410) 762-6454. This
contract action is for rental equipment for which the Government
intends to solicit and negotiate only with United Rentals under
aouthority of 10 U.S.C. 2304(c0(1) as implemented by FAR 6.302-1 unless
additional sources are located. A market survey was conducted between
25 March 1999 and 18 August 1999. The results of this survey support
our determination to solicit and negotiate with only on firm. All
responsible sources may submit a proposal, which will be considered by
this agency. Offerors are to include a completed copy of 52.212-3,
Offeror representations and Certifications -- Commercial Items" with
its offer. Copies of this clause will be provided upon offeror's
request. The clause, Contract Terms and Conditions, 52.212-4 applies to
this acquisition, along with the FAR 52.232-33 Mandatory Information
for Electronic Fudns Transfer as an addenda. The clause at 52.212-5,
Contract Terms and Conditions Required to Inplement Statures or
Executive orders (AUG 1996) applies to this acquisition and the
following clauses cited in the clause are applicable to this
acquisition: 52.203-6, Restriction on Subcontractor Sales to the
Government with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402);
52.203-10 Price or Fee Adjustment for Illegal or Inproper Activity (41
u.S.C. 423): 52.219-8, Utilization of Small Business Concrens and
Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3));
52.222-26, Equal Opportunity (E.O 11246); 52.222-35, Affirmative Action
for Special Disabled adn Vietnam Era Veterans (38 U.S.C. 4212);
52.222-36, Affirmantive Action for Handicapped Workers (29 U.S.C. 793):
52.222-37 employment Reporst on Special Disabled Veternas and Veterans
of the Vietnam Era (38 U.S.C. 4212); 52.225-9, Buy American
Act-Balance of Payments Program (41 U.S.C. 10, 19 U.S.C. 2501-2582).
The following addenda is added to 52.212-5: FAR Clause 52.215-2, Audit
and Records Negotiation, is hereby incorporated by reference is thi
Request for Proposal. Offerors are instructed to include a completed
copy of FAR provision 52.212-3, "Offerors Representations and
Certification -- Commercial Items" with their proposal. This notice is
"For Minority, Women-owned and Disadvantaged BusinessEnterprises: The
Department of Transportation (DOT), of the Small and Disadvantaged
Business Utilization (OSDBU), ahs a proram t assist minority,
women-owned and disadvantaged business enterprises to acquire
short-term working capital assistance for transportation-related
contracts. Loans are avaialble under the DOT Short Term Lending Program
(STLP) at prime interest rates to provide accounts receivable
financing. The maximum line of credit is $500,000. For further
information and applicable forms concerning the STLP, please call the
OSBDU at (800) 532-1169. Contact Brenda Thomas at (410) 762-6454 for
information regarding this synopsis/solicitation. The internet address
to review and/or obtain any of the aforementioned provisions and
clauses is http://www.arnet.gov/for. (AC0901001-01) Posted 09/02/99
(I-SN375683). (0245) Loren Data Corp. http://www.ld.com (SYN# 0165 19990907\W-0001.SOL)
W - Lease or Rental of Equipment Index Page
|
|