Opportunity: Road Equipment Rental Services - Seminoe Dam

Description 

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 and attachments constitute the only solicitation; proposals are being requested and a written solicitation will not be issued. Consider this solicitation (#140R6019Q0062) as a Request for Quotes (RFQ). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95. This solicitation is set-aside for small business. NAICS 532412. The small business size is 32.5 million. The resulting purchase order will be a firm-fixed price type contract. Line Item #10 Hydraulic Excavator 1. Self-contained fuel tank 2. Minimum 300 horsepower 3. 6x4 drivetrain 4. Differential lock 5. Seat belt 6. Back-up alarm Tank Specifications 1. Minimum 3000-gallon capacity 2. 4-inch wire reinforced suction hose, 20 foot long with metal cam lock connections and suction screen 3. 4-inch brass slide gate 4. 4 Distribution Valves, 2 front mounted, 2 rear mounted. All valve on/off controls shall be in truck cab. 5. 1 ½ inch hose outlet 6. ¾ inch hose bib 7. 4 x 3 Pump with self-loading capability 8. OSHA approved ladder installed at the rear of the tank. 9. Anti-skid walkway from the ladder to the fill location on the tank. 1 each @ $___________________ = _______________________ Line Item #20 Ride-On Compactor 1. Minimum 84 inch drum width 2. Single smooth drum 3. Articulated steering 4. Variable vibration frequency 5. Minimum 130 horsepower 6. Seatbelt 7. Traction control 8. Parking brake 9. Operator presence switch 10. Rollover bar 11. Emergency kill switch 12. Back-up alarm 1 each @ $__________________=__________________________ Delivery Date of equipment shall be on or before July 26, 2019. The Period of Performance: July 17, 2019 to November 30, 2019. FOB Destination: do not list freight/shipping separately Delivery and Pickup Address: Bureau of Reclamation Miracle Mile Bridge Seminoe Dam To coordinate delivery contact: Jim Padget at 307-261-5696 / 307-320-7146 or Mike Jacobs at 307-261-5934. It is imperative that the Contractor provide coordination and cooperation with the CO and the COR regarding the anticipated delivery date and rental period. Upon award, the Contractor shall coordinate delivery schedules with Reclamation. The anticipated rental period of performance is estimated to be 3 months for comparison of offers only. The Contracting Officer may shorten or extend the term of the resultant award by written notice to the Contractor within 10 days before the required pickup services are needed or 10 days before the award expires, whichever is earliest. In accordance with the procedures in FAR Part 12 and 13, RFQ Number 140R6A19Q0061 is available for viewing through electronic commerce via https://www.fbo.gov and via Reclamation's website at http://fedconnect.net . The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price and technically acceptable. The following provisions and clauses apply to this solicitation: FEDERAL ACQUISITION REGULATIONS 1. 52.204-7 System for Award Management 2. 52.204-13 System for Award Management Maintenance 3. 52.204-16 Commercial and Government Entity Code Reporting 4. 52.204-18 Commercial and Government Entity Code Maintenance 5. 52.204-19 Incorporation by Reference of Representations and Certifications 6. 52.211-8 Time of Delivery Alternate II 7. 52.212-1 Instructions to Offerors - Commercial Items 8. 52.212-3 Offeror Representations and Certifications-Commercial Items 9. 52.212-4 Contract Terms and Conditions - Commercial Items 10. 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items a. Specific FAR clauses included in 52.212-5 that are applicable to this requirement include: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-6 Notice of Total Small Business Set-Aside , 52.219-28 Post Award Small Business Program Rerepresentation, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Equal Opportunity for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management, 52.222-41 Service Contract Labor Standards, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-55 Minimum Wages Under Executive Order 13658 11. 52.223-5 Pollution Prevention and Right-to-Know Information 12. 52.232-39 Unenforceability of Unauthorized Obligations 13. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 14. 52.237-1 Site Visit 15. 52.237-2 Protection of Government Buildings, Equipment, and Vegetation DEPARTMENT OF THE INTERIOR REGULATION 1. 1452.201-70 Authorities and Delegations 2. 1452.215-71 Use and Disclosure of Proposal Information RECLAMATION ACQUISITION REGULATION 1. DOI - AAAP 0028 - Electronic Invoicing and Payment Requirements - Invoicing Processing Platform (IPP) 2. GP-4 Basis for Award 3. GP-7 Site Security 4. WBR 1452.222-80 Cooperation with Authorities and Remedies - Child Labor - Bureau of Reclamation 5. WBR 1452.223-82 Protecting Federal Employees and the Public From Exposure to Tobacco Smoke in the Federal Workplace 6. WBR 1452.225-82, Notice of World Trade Organization Government Procurement Agreement Evaluations--Bureau of Reclamation 7. WBR 1452.236-8 Other Contracts (Deviation) 8. WBR 1452.237-80 Security Requirements Quotes are due no later than Thursday, July 11, 2019 by 4:00 p.m. Mountain Time. Reclamation will consider all responsible sources who submit a timely quote for award. Contractors may submit quotes by e-mail to awhetham@usbr.gov or fax to 307- 261-5691. NOTE: Effective August 1, 2012 any contractor to be awarded a government contract must be registered and active in System for Award Management (SAM). Contractors must register at www.sam.gov Note: Contractor's must submit their Tax Identification Number and Data Universal Number with their offer. For further information about this requirement, offerors should contact Audrey Whetham at awhetham@usbr.gov or call at 307- 261-5619.

Overview 
Reference number: 140R6019Q0062
Issue date: 06/27/2019
Response due: 07/11/2019 06:00 PM US/Eastern

Set Aside: Total Small Business
NAICS: 532412-Construction, Mining and Forestry Machinery and Equipment Rental and Leasing
PSC / FSC: W038-LEASE OR RENTAL OF EQUIPMENT- CONSTRUCTION, MINING

Agency: DOI

Contracting office:

Bureau of Reclamation
Great Plains Region
Wyoming Area Office
PO Box 1630
Mills, WY 82644


Place of Performance:

Bureau of Reclamation
Miracle Mile Bridge
Seminoe Dam
WY


Contact: Audrey Whetham
Phone:
Fax:
Email: AWhetham@usbr.gov

Vendors conference:

Location:



Details:



What do I do now?
This is the opportunity summary page. To the left you will see a description and an overview of this opportunity. To the right you will see a list of the attached documentation. To view any of the attachments, simply click the attachment name.



Registered Users
To register interest in this opportunity or to electronically respond, you must first sign in. Click the Sign In button below.





Non Registered Users
You can view this or any other public opportunity. However, registered users have numerous added benefits including the ability to submit questions to the agency, receive emails concerning updates and amendments, create and manage a response team and submit responses directly through this site.

Becoming a registered user is fast, free and takes only a few minutes. To get started, click the Register Now button below.

  




Documentation 

© 2025 Unison Software, Inc. All rights reserved. Terms of Service and Use About FedConnect