The RFP Database
New business relationships start here

Heavy Equipment Rental at Laguna Reservoir


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

Combined Synopsis/Solicitation - Request for Quotation (RFQ) No. 140R3019Q0012
Heavy Equipment Rental at Laguna Reservoir

(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) To facilitate electronic quote submissions through FedBizOpps, an RFQ (140R3019Q0012) is being issued subsequent to this combined solicitation/synopsis.

(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2019-01, dated 01/22/2019.

(iv) This requirement is being advertised as full and open competition. The North American Industry Classification System (NAICS) Code for this acquisition is: 532412 "Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing". The small business size standard for NAICS Code 532412 is $32.5 Million.

(v) Heavy Equipment Rental, in accordance with the Salient Characteristics. Attachment 1 - Statement of Work provides a more detailed description of the requirement and is attached to the RFQ at FedConnect.net (public opportunity reference number 140R3019Q0012).

Line 00010 - One (1) each, CAT 336 Excavator (or equal), 12 months (price shall include deliver and pick-up fee)
Line 00020 - One (1) each, CAT 745C Articulated Rock Truck (or equal), 12 months (price shall include delivery and pick-up fee)
Line 00030 - One (1) each, CAT 745C Articulated Rock Truck (or equal), 12 months (price shall include delivery and pick-up fee)

(vi) The Bureau of Reclamation has a requirement for a contractor to lease, deliver and pick-up heavy equipment as described in Attachment 1 - Statement of Work.

(vii) Performance will begin on or about April 15, 2019 with the lease of equipment lasting for 12 months. All items shall be delivered to Bureau of Reclamation at the following coordinates: 32.8325, -114.4880555. The project is located about 3 miles south of Hidden Shores Resort turnoff and California State Route 24.

The following clauses and provisions are applicable to this commercial item acquisition:

(viii) FAR provision 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS. This addendum replaces the term "offer" with "quote" within the provision at 52.212-1.

(ix) FAR provision 52.212-2, EVALUATION - COMMERCIAL ITEMS.
Determination of award will be based on the most advantageous to the Government, price and other factors considered. The following shall be used to evaluate offers:
1. Equipment Specifications meet the minimum salient characteristics (and supporting documentation, if quoting "or equal" equipment);
2. Equipment Service Documentation; and
3. Price

(x) FAR provision 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS.
Offerors are advised include with their offer, a completed copy of the provision 52.212-03, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/.

(xi) FAR clause 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS.

(xii) FAR clause 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS.

The following additional FAR clauses cited in this clause are applicable to the acquisition:
52.203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEPT 2006), WITH ALTERNATE I (OCT 1995)
52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018)
52.209-6, PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015)
52.209-9, UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018)
52.219-4, NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014)
52.219-8, UTILIZATION OF SMALL BUSINESS CONCERNS (OCT 2018)
52.219-28, POST AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUL 2013)
52.222-3, CONVICT LABOR (JUNE 2003)
52.222-19, CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2018)
52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015)
52.222-26, EQUAL OPPORTUNITY (SEPT 2016)
52.222-35, EQUAL OPPORTUNITY FOR VETERANS (OCT 2015)
52.222-36, EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014)
52.222-37, EMPLOYMENT REPORTS ON VETERANS (FEB 2016)
52.222-40, NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010)
52.222-50, COMBATING TRAFFICKING IN PERSONS (JAN 2019)
52.222-54, EMPLOYMENT ELIGIBILITY VERIFICATION (OCT 2015)
52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)
52.225-3, BUY AMERICAN-FREE TRADE AGREEMENTS-ISRAELI TRADE ACT (MAY 2014)
52.225-5, TRADE AGREEMENTS (AUG 2018)
52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUNE 2008)
52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER--SYSTEM FOR AWARD MANAGEMENT (OCT 2018)

(xiii) Additional contract requirements include the following clauses and provisions:
52.203-18, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS-REPRESENTATION (JAN 2017)
52.204-4, PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011)
52.204-7, SYSTEM FOR AWARD MANAGEMENT (OCT 2018)
52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENACE (OCT 2018)
52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016)
52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016)
52.204-23, PROHIBITION ON CONTRACTING FOR HARDWARE, SOFTWARE, AND SERVICES DEVELOPED OR PROVIDED BY KASPERSKY LAB AND OTHER COVERED ENTITIES (JUL 2018)
52.225-25, PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATION (OCT 2015)
52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)
52.233-4, APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004)
52.242-15, STOP-WORK ORDER (AUG 1989)
52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
1452.201-70, AUTHORITIES AND DELEGATIONS (SEP 2011)
1452.201-80, CONTRACTING OFFICER'S REPRESENTATIVE'S AUTHORITIES AND LIMITATIONS-BUREAU OF RECLAMATION (MAY 2018)
1452.215-71, USE AND DISCLOSURE OF PROPOSAL INFORMATION-DEPARTMENT OF THE INTERIOR (APR 1984)
1452.222-80, NOTICE OF APPLICABILITY-COOPERATION WITH AUTHORITIES AND REMEDIES-CHILD LABOR-BUREAU OF RECLAMATION (JAN 2004)
1452.225-82, NOTICE OF WORLD TRADE ORGANIZATION GOVERNMENT PROCUREMENT AGREEMENT EVALUATIONS-BUREAU OF RECLAMATION (MAY 2005)
DOI-AAAP-0028, ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS-INVOICE PROCESSING PLATFORM (IPP) (APR 2013)
DOI-AAAP-0050, CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM (DEC 2015)

(xiv) Not applicable

(xv) All questions shall be submitted via email to jschilke@usbr.gov no later than March 22, 2019, by 4:30 P.M., PT.

Quotes are due March 27, 2019, by 4:30 P.M., PT. Responsible offerors are requested to submit a quote for this requirement. Quotes shall be submitted electronically via email to jschilke@usbr.gov or through FedBizOpps with a copy of the quote e-mailed concurrently.

(xvi) The Point of Contact for this solicitation is Ms. Jennalyn Schilke. She may be reached via e-mail at jschilke@usbr.gov, or by phone at 702-293-8030.

Schilke, Jennalyn

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP