Federal Bid

Last Updated on 22 Dec 2011 at 9 AM
Combined Synopsis/Solicitation
Malmstrom air force base Montana

Crane Rental

Solicitation ID F2W2B11270A001
Posted Date 01 Dec 2011 at 6 PM
Archive Date 22 Dec 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4626 341 Cons Lgc
Agency Department Of Defense
Location Malmstrom air force base Montana United states

(i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR 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) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F2W2B11270A001.

(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54.

(iv) This procurement is being solicited as a small business set aside. The North American Industry Classification System (NAICS) code is 532490, Material handling machinery and equipment rental or leasing, with a small business size standard of $7.0M.

(v) CLIN 0001: 120+ Ton Crane and Operator Service for 09 January 2012-14 January 2012 Quantity: 1 each
CLIN 0002: 120+ Ton Crane and Operator Service for 18 June 2012- 28 June 2012 Quantity: 1 each

The requirement is for the rental of 120+ Crane and Operator; items shall meet the following requirements:

a) The crane should be equipped with a primary and auxiliary hoisting system and be designed to be able to be rigged for 100,000 1bs. on the main line and 15,000 lbs. on the auxiliary hoist. MSS lift radius is approximately 25-30 feet from launch tube center line to crane turret centerline. Boom is extended 75 feet at an approximate 55 degree angle. The auxiliary hoist will be used along with the main hoist to rotate the MSS into storage position. Total vertical travel of the crane main hook is about 82 feet.
b) Crane will be able to safely lift a load of approximately 54,000 lbs. for a distance of approximately 82 feet and position load to load/unload onto flatbed with cradle for transport (see applicable figure).
c) 120+ Ton Capacity Mobile Crane.
d) Rigged to lift approximately 100,000 lbs. load.
e) Equipment resident on the crane shall include winches and gear specifically designed for deployment and retrieval of heavy objects. All systems shall be serviceable, operational, and redundant.
f) The operator will be experienced in the functions of the applicable crane and be qualified on its operation. The operator will also have experience with deploying and recovering large objects.
g) Contractors will take care of all maintenance for the crane. Spare tires shall be provided by contractor - front, rear, or any different requirement.
h) Annual inspections shall be performed prior to operations and will not be due during use period by contractor.

(vi) Delivery schedule must be provided and is an evaluation factor. The Government anticipates delivery on the aforementioned dates for the duration stated above.

FOB: Destination
Location is 70 miles from Malmstrom AFB, MT. Specific directions will be given upon contract award

(vii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition.

(viii) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Quote will be evaluated on price, delivery and ability to comply with mandatory specifications.
(ix) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the Online Representations and Certifications Application (ORCA) at https://ocra.bpn.gov. ORCA must be current at award. IF YOUR ORCA IS NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE.

(x) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition

(xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), applies to this acquisition.

(xii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices based on purchases of this value and customer research:

THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY REFERENCE:

52.204-10 Reporting Executive Compensation and First Tier Subcontract awards
52.219-6 Notice of Total Small Business Set-Aside
52.222-3 Convict Labor
52.222-19 Child Labor-Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-22 Previous Contracts and Compliance Reports
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans
52.222-41 Service Contract Act of 1965
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
52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.212-7001(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
(Deviation)
252.222-7000 Restrictions on Employment of Persnonnel
252.232-7003 Electronic Submission of Payment Requests
252.247-7023 Transportation of Supplies by Sea, Alt III .

THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT:


52.252-2, Clauses Incorporated by Reference

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

http://farsite.hill.af.mil
http://www.acq.osd.mil/dpap/dars/dfars/index.htm

(End of clause)

52.252-6, Authorized Deviations in Clauses

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

252.225-7012 Preference for Certain Domestic Commodities.
As prescribed in 225.7002-3(a), use the following clause:
PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (JUN 2010)
(a) Definitions. As used in this clause-
(1) "Component" means any item supplied to the Government as part of an end product or of another component.
(2) "End product" means supplies delivered under a line item of this contract.
(3) "Qualifying country" means a country with a reciprocal defense procurement memorandum of understanding or international agreement with the United States in which both countries agree to remove barriers to purchases of supplies produced in the other country or services performed by sources of the other country, and the memorandum or agreement complies, where applicable, with the requirements of section 36 of the Arms Export Control Act (22 U.S.C. 2776) and with 10 U.S.C. 2457. Accordingly, the following are qualifying countries:


Australia
Austria
Belgium
Canada
Denmark
Egypt
Finland
France
Germany
Greece
Israel
Italy
Luxembourg
Netherlands
Norway
Portugal
Spain
Sweden
Switzerland
Turkey
United Kingdom of Great Britain and Northern Ireland.

(4) "United States" means the 50 States, the District of Columbia, and outlying areas.
(5) "U.S.-flag vessel" means a vessel of the United States or belonging to the United States, including any vessel registered or having national status under the laws of the United States.
(b) The Contractor shall deliver under this contract only such of the following items, either as end products or components, that have been grown, reprocessed, reused, or produced in the United States:
(1) Food.
(2) Clothing and the materials and components thereof, other than sensors, electronics, or other items added to, and not normally associated with, clothing and the materials and components thereof. Clothing includes items such as outerwear, headwear, underwear, nightwear, footwear, hosiery, handwear, belts, badges, and insignia.
(3) Tents, tarpaulins, or covers.
(4) Cotton and other natural fiber products.
(5) Woven silk or woven silk blends.
(6) Spun silk yarn for cartridge cloth.
(7) Synthetic fabric, and coated synthetic fabric, including all textile fibers and yarns that are for use in such fabrics.
(8) Canvas products.
(9) Wool (whether in the form of fiber or yarn or contained in fabrics, materials, or manufactured articles).
(10) Any item of individual equipment (Federal Supply Class 8465) manufactured from or containing fibers, yarns, fabrics, or materials listed in this paragraph (b).
(c) This clause does not apply-
(1) To items listed in section 25.104(a) of the Federal Acquisition Regulation (FAR), or other items for which the Government has determined that a satisfactory quality and sufficient quantity cannot be acquired as and when needed at U.S. market prices;
(2) To incidental amounts of cotton, other natural fibers, or wool incorporated in an end product, for which the estimated value of the cotton, other natural fibers, or wool-
(i) Is not more than 10 percent of the total price of the end product; and
(ii) Does not exceed the simplified acquisition threshold in FAR Part 2;
(3) To waste and byproducts of cotton or wool fiber for use in the production of propellants and explosives;
(4) To foods, other than fish, shellfish, or seafood, that have been manufactured or processed in the United States, regardless of where the foods (and any component if applicable) were grown or produced. Fish, shellfish, or seafood manufactured or processed in the United States and fish, shellfish, or seafood contained in foods manufactured or processed in the United States shall be provided in accordance with paragraph (d) of this clause;
(5) To chemical warfare protective clothing produced in a qualifying country; or
(6) To fibers and yarns that are for use in synthetic fabric or coated synthetic fabric (but does apply to the synthetic or coated synthetic fabric itself), if-
(i) The fabric is to be used as a component of an end product that is not a textile product. Examples of textile products, made in whole or in part of fabric, include
(A) Draperies, floor coverings, furnishings, and bedding (Federal Supply Group 72, Household and Commercial Furnishings and Appliances);
(B) Items made in whole or in part of fabric in Federal SupplyGroup83,Textile/leather/furs/apparel/findings/tents/flags, or Federal Supply Group 84, Clothing, Individual Equipment and Insignia;
(C) Upholstered seats (whether for household, office, or other use); and
(D) Parachutes (Federal Supply Class 1670); or
(ii) The fibers and yarns are para-aramid fibers and continuous filament para-aramid yarns manufactured in a qualifying country.
(d)(1) Fish, shellfish, and seafood delivered under this contract, or contained in foods delivered under this contract-
(i) Shall be taken from the sea by U.S.-flag vessels; or
(ii) If not taken from the sea, shall be obtained from fishing within the United States; and
(2) Any processing or manufacturing of the fish, shellfish, or seafood shall be performed on a U.S.-flag vessel or in the United States.
5352.242-9000 Contractor Access to Air Force Installations (August 2007)
(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.
(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and and any other forms and documentation required by security forces to obtain a vehicle pass.
(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.
(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with Security Forces personnel and all applicable regulations, laws, and MAFB policies.
(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.
(f) Failure to comply with these requirements may result in withholding of final payment.
(End of clause)

5352.201-9101 Ombudsman
OMBUDSMAN (APR 2010)

(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern.

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).

(c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
AFGSC/A7K
41 Orville Wright Ave, Suite 110
Barksdale AFB, LA 71110
(P) 318-456-6336
(F) 318-456-0187

[email protected][email protected]


Wage Determination
WD 05-2317 (Rev.-11) was first posted on www.wdol.gov on 06/17/2011
************************************************************************************
REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR
THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION
By direction of the Secretary of Labor | WAGE AND HOUR DIVISION
| WASHINGTON D.C. 20210
|
|
|
| Wage Determination No.: 2005-2317
Diane C. Koplewski Division of | Revision No.: 11
Director Wage Determinations| Date Of Revision: 06/13/2011
_______________________________________|____________________________________________
State: Montana
Area: Montana Statewide
____________________________________________________________________________________
**Fringe Benefits Required Follow the Occupational Listing**
OCCUPATION CODE - TITLE FOOTNOTE RATE
23440 - Heavy Equipment Operator 19.96

 

 

WAWF INSTRUCTIONS

To be eligible for contract awards from this organization, you must now use an E-invoicing system called Wide Area Work Flow (WAWF). WAWF is a web-based tool used to electronically process invoices and receiving reports. It is one of three E-Invoicing options identified in DFARS 252.232-7003, but is considered the "preferred" E-Invoicing solution within DoD. WAWF enables pre-population of data, data sharing, improved data accuracy, decreased redundant data entry, decreased lost or misplaced documents, and online access to contracts and related records. Email addresses, along with routing and location codes contained in the contract, are used to enable document access and alert users of pending document actions and status. Contractors benefit via increased cash flow and the DoD benefits via reduced interest penalty payments.
To gain access to the WAWF production system, contractors must acquire an account for their company and register their employees to use the system. There is no charge to register for or to use WAWF. Registration instructions and online training are available at www.wawftraining.eb.mil. Contractors must possess a Contractor and Government Entity (CAGE) code, maintain a current registration in the Contractor Central Registration database and identify an Electronic Business Point of Contact.
For security purposes, WAWF user identity is assured via Public Key Infrastructure authentication methods which enable structured user IDs, secure passwords and/or digital certificate capability. Documents are verified via digital signature and transmissions are processed with secure audit capability. A review of the online training module "Determine Type of Document to Create" under Vendor Training at www.wawftraining.eb.mil is recommended. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988.
For your contract, the following data elements will be required to create and route your WAWF documents correctly:
-Contract and/or Delivery Order Number
-CAGE Code
-Issue Date
-Issue By DoDAAC
-Admin DoDAAC
-Inspect By DoDAAC
-Service Acceptor DODAAC
-Ship To Code (DoDAAC or CAGE Code)
-Local Processing Office (LPO) DoDAAC*
-Pay DoDAAC


(xiv) DPAS Rating does not apply to this acquisition.

(xv) Quote is required to be received NO LATER THAN 12:00 PM MST, Wednesday 07 Dec 2011. Quote must be emailed to [email protected] or faxed to (406) 731-4005 to the attention of Ronald Bushue. Please follow-up quote submission with a phone call to ensure receipt.
(xvi) Direct your questions to Ronald Bushue at (406) 731-3624 or e-mail address [email protected] or Jonathan Valenzuela at (406) 731-3586 or e-mail address [email protected].

 

 

Bid Protests Not Available

Similar Past Bids

Norfolk Virginia 02 Nov 2007 at 4 AM
Norfolk Virginia 18 Oct 2007 at 4 AM
Malmstrom air force base Montana 22 Nov 2011 at 11 PM
Norfolk Virginia 10 Aug 2018 at 3 PM

Similar Opportunities

White sands missile range New mexico 16 Jul 2025 at 7 PM
White sands missile range New mexico 16 Jul 2025 at 7 PM
White sands missile range New mexico 16 Jul 2025 at 7 PM
White sands missile range New mexico 16 Jul 2025 at 7 PM
Dhs Virginia 30 Nov 2025 at 5 AM (estimated)