Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 7,1999 PSA#2426

USCG 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