The RFP Database
New business relationships start here

Crane and Transport Service for Dredge


Nevada, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

(i)    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; quotes are being requested and a written solicitation will not be issued.

(ii)    Solicitation number 140R3019Q0028 is issued as a request for quotation (RFQ).

(iii)    The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101

(iv)    This is available for full and open competition. Applicable NAICS is 238990 with an associated small business size standard of $15 Million.

(v)    CLIN 0010 - Crane and transport services for a Government owned Dredge.

(vi)    The Bureau of Reclamation (Reclamation), Lower Colorado Regional Office, requires a Contractor to provide a crane, crane operator, rigging, rigger, lift supervisor, heavy haul truck/trailers and other items, and incidental services necessary to safely and satisfactory load dredge components onto trucks and moved from Moabi State Park to Beal Lake Site.

(vii)    In accordance with Performance Works Statement - Attachment 1.
The PWS provides more details about this requirement and is attached to the RFQ at Fedconnect.net under reference number140R3019Q0028

(viii)    The provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. Addendum to 52.212-1 substitutes the term "quote" where the term "offer" appears in the provision. The following addenda to 52.212-1 apply:
    52.204-7 SYSTEM FOR AWARD MANAGEMENT (Oct 2018)
    52.252-1 Solicitation Provisions Incorporated by Reference - (Feb 1998)
    1452.215-71 Use and Disclosure of Proposal Information--Department of the Interior - (Apr 1984)
    52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Oct 2015)
    WBR 1452.225-82 Notice of World Trade Organization Government Procurement Agreement Evaluations--Bureau of Reclamation - (May 2005)
In accordance with the Agreement on Government Procurement, as amended by the Uruguay Round Agreements Act (Pub. L. 103-465), and other trade agreements, FAR Subpart 25.4, World Trade Organization Government Procurement Agreement, applies to Bureau of Reclamation acquisitions. In order to apply trade agreements unique to Reclamation, the contracting officer will (irrespective of any other provision or clause of this solicitation) evaluate acquisitions at or above the dollar thresholds listed in FAR 25.402(b) without regard to the restrictions of the Buy American Act.

(ix)    Determination of award will be based upon the lowest-priced responsive quote from a responsible offeror. It is the Governments intent to award a single BPA. The Government Reserves the right to award multiple contracts or no contracts.

(x)    The provision at 52.212-3, Offeror Representations and Certifications must be completed and be active online at http://www.sam.gov. Prospective contractor is advised to ensure that the NAICS code identified for this procurement is contained in its online representations and certifications in the System for Award Management registry.

(xi)    The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies. The following addenda to 52.212-4 apply:
    52.204-13 System For Award Management System (OCT 2018)
    52.232-40 Providing Accelerated Payments to Small Business Subcontractors - (DEC 2013)
    52.242-15 Stop-Work Order - (AUG 1989)
    DOI-AAAP-0028 Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP) - APR 2013)
Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP).
'Payment request' means any request for contract financing payment or invoicing payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions-Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov.

Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice:
NONE__________________________________
The Contractor shall also submit an electronic copy of the IPP invoice to the Contract Specialist/Contracting Officer at Jbrackin@usbr.gov once the invoice has been submitted to IPP. Failure to email the invoice may cause significant delay or possible rejection of your payment request.

The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131.

If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation.

(xii)    The following select clauses at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items - (JAN 2019), apply to this acquisition:
    52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017)
    52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018)
    52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018)
    52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015).
    52.219-6, Notice of Total Small Business Set-Aside (Nov 2011)
    52.219-28, Post Award Small Business Program Representation (Jul 2013)
    52.222-3, Convict Labor (June 2003)
    52.222-21, Prohibition of Segregated Facilities (Apr 2015).
    52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)
    52.222-41, Service Contract Labor Standards (May 2014) (41U.S.C chapter 67).
Wage Determination No. 2015-5467, Revision 10, Date of Revision 12/26/2018
Wage Determination No. 2015-5629, Revision 9, Date of Revision 12/26/2018

    52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
This Statement is for Information Only:
Employee Class Monetary Wage Fringe Benefits
XF 12 $27.30/HR Crane Operator
    52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
    52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
    52.222-50, Combating Trafficking in Persons (Mar 2015)
    52.222-55, Minimum Wages Under Executive Order 13658 (MAR 2016)
    52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
    52.225-13, Restrictions on Certain Foreign Purchases (June 2008)
    52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013)
    52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
    52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)

(xiii)    N/A
(xiv)    N/A

(xv)    All questions shall be submitted via email to Jbrackin@usbr.gov no later than Februaury 13 ,2019 by 4:00PM

Offers are due Monday, February 27, 2019, by 5:00 P.M., PST. Responsible offerors are requested to submit a quote for this requirement. Quotes shall be submitted electronically via email to Jbrackin@usbr.gov.

(xvi)    For information regarding this Request for Quotation, please contact Justin Brackin, Contract Specialist at 702-293-8450 or Jbrackin@usbr.gov.

Brackin, Justin

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP