SOURCES SOUGHT
W -- BPAs for Material Handling Equipment (MHE) Rental, Industrial Equipment (IE) Rental and Bare Site Health and Hygiene (BSHH) Service Equipment rental for Corps facilities throughout California, Arizona, and Nevada
- Notice Date
- 3/7/2012
- Notice Type
- Sources Sought
- NAICS
- 532412
— Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
- Contracting Office
- USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
- ZIP Code
- 90053-2325
- Solicitation Number
- W912PL-12-S-0010
- Response Due
- 3/28/2012
- Archive Date
- 5/27/2012
- Point of Contact
- Christina Chavez, (213)452-3246
- E-Mail Address
-
USACE District, Los Angeles
(christina.chavez@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Corps of Engineers, Los Angeles District is seeking sources for Material Handling Equipment (MHE) Rental, Industrial Equipment (IE) Rental and Bare Site Health and Hygiene (BSHH) Service Equipment rental for Corps facilities throughout California, Arizona, and Nevada. The Government proposes to issue multiple Blanket Purchase Agreements (BPA) for this requirement. The BPAs will be written for a period of three (3) years. All contract work will be completed through individual Call Orders. Awardees will be required to be registered in the Central Contract Register (www.ccr.gov) The Government must ensure that there is adequate competition among the potential pool of available contractors. The purpose of this Sources Sought is to conduct market research to gain knowledge of interests, capabilities and qualifications of various member of the community of general contractors: small business, 8(a), HUBZone small business concerns, service-disabled, veteran-owned small business concerns, and women-owned small business concerns and large businesses. North American Industrial Classification Systems (NAICS) Code applicable to this acquisition is 532412 Equipment Rentals. Small Business size standard for this acquisition is $6.5 million. Small Business firms are reminded under FAR 52.219-14, Limitations on Subcontracting that they must self perform at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern for service-type procurement. Basic Government Requirement: Contractor would provide all MHE, IE, and BSHH service equipment required to support Operations and Maintenance (O&M) to perform dam basin rehabilitation and maintenance program. The Contractor will deliver any requested piece of MHE, IE or BSHH equipment within (48 hours for emergency requirements and 96 hours normal requirements) after notification. 1.Provide rental service MHE (and operators for some equipment) quotes and capabilities equivalents (See Attachment I). 2.Provide rental service IE quotes and capabilities equivalents (See Attachment I). 3.Provide BSHH Service Equipment quotes and capabilities equivalents (See Attachment I). 4.Mob and De-Mob for listed MHE, IE and BSHH service equipment at 17 locations (See Attachment II). 5.Permitting requirements and quotes for all USACE facilities listed in (See Attachment II). 6.Replacement or repair of defective MHE/IE/BSHH service equipment within 4 hours California facilities (See Attachment II). 7.Replacement or repair of defective MHE/IE/BSHH service equipment within 7.5 hours Arizona and Nevada facilities (See Attachment II). 8.Crane, Operator and Flagman/lead car, Mob and De-Mob to all facilities listed (See Attachment II). 9.Crane site layout provided 48 hours prior to operation start for crane operations at all listed facilities (See Attachment II). 10.BSHH will be serviced weekly or on-call by Contracting Officer Representative. 11.The Government will rent equipment in Attachment I based on project requirements only as authorized within each call placed against a BPA. 12.All IE will come with hush/whisper operation capable and lock devices for pintle hook and access panels. Submittal Requirements: Interested parties (prime contractors) are requested to respond to the following: 1.Offerors name, address, point of contact, phone number, size status, and email address. 2.Offerors capability to perform a contact of this magnitude and complexity a.Describe in-house/subcontractor capability b.Identify what equipment can be provided and how to meet short delivery schedules c.Explain how delivery of equipment (mod-demob) will be made to facilities located in California, Arizona, and Nevada as provided within Attachment II. 3.Comparable work performed within the past 5 years a.Provide at least two references that describe the most recent and relevant experience b.Any problems or issues that occurred and how they were resolved Responses: Interested offerors shall respond to this request no later than 1500 PM PST, 28 March 2012. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Respondents will or will not be notified of the results of the evaluation. Please submit your response by email to either Antoinette Allen at Antoinette.c.allen@usace.army.mil or Christina Chavez at Christina.chavez@usace.army.mil No quotes or proposals are being requested or accepted. This is not a solicitation and no contract will be awarded from this request. No reimbursement will be made for any costs associated with providing information in response to this request.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-12-S-0010/listing.html)
- Place of Performance
- Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
- Zip Code: 90053-2325
- Zip Code: 90053-2325
- Record
- SN02690445-W 20120309/120307234550-c88ed4b69bf3c84e9393463cb4ffe62f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |