MODIFICATION
W -- Crane Rental Services - Solicitation 11 - Amendment 2
- Notice Date
- 6/29/2012
- Notice Type
- Modification/Amendment
- NAICS
- 532412
— Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00421-11-R-0040
- Archive Date
- 8/16/2012
- Point of Contact
- Mark G. Tewell, Phone: (301)7372437, Rebecca J. Wathen, Phone: 301 7372632
- E-Mail Address
-
Mark.Tewell@Navy.Mil, Rebecca.Wathen@navy.mil
(Mark.Tewell@Navy.Mil, Rebecca.Wathen@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Amended RFP N00421-11-R-0040-0002 Attachment 11: Revised Past Performance Questionnaire Pkg CRANE RENTAL SERVICES The Naval Air Warfare Center Aifcraft Division intends to negotiate and award a Small Business Set-Aside COMPETITIVE Requirements contract, in accordance with FAR 13.003(b) and FAR 19.502-2(a), with provisions for delivery/task orders for Crane Rental Services. The applicable Product Service Code is W035 and the NAICS code is 532412, which has a size standard of $7 million dollars. The Contractor shall have the ability to obtain and provide highly skilled crane operator and rigger labor to lift, invert, and position at different angles, partial and full sized model aircraft (H-60, EA-6B, F/A-18C, F/A-18E, etc.), stores and fixtures from ground level to the top of pedestals. The aircraft models have delicate mounting hardware. The pedestals are located on towers or platforms which have a maximum height of 42 feet. Weights of model aircraft, stores and fixtures will range from 200 to 20,000 pounds. The Contractor shall have the ability to determine and shall provide the smallest capacity crane or cranes needed to perform the required lift, inversion and position of the aircraft and related equipment without risking damage to the equipment or injuring personnel. The Contractor shall have the ability to obtain highly skilled crane operators and riggers and shall also provide all certified weight tested lifting hardware such as cables, straps, shackles, or any other related hardware required to lift, invert and position full-sized aircraft models, stores, and fixtures. The Contractor shall be able to comply with Naval Facilities Engineering Command, Management of Weight Handling Equipment, NAVFAC P-307 and Navy Occupational Safety and Health Program Manual, OPNAVINST 5100.23G, while operating crane equipment aboard the Naval Air Station, Patuxent River, Maryland. The Contractor shall be required to update or revise as required, Contractor Base Access Request Forms for each Contractor personnel requiring access to base. No Foreign nationals shall be permitted on the Naval Air Station under performance of this contract. Contractors shall complete and post a Certificate of Compliance for each crane brought onto Navy property, including a completed Contractor Crane Operation Checklist. The location of the work is the Facilities for Antenna and RCS Measurement (FARM) located on Priester Road aboard the Naval Air Station, Patuxent River, Maryland 20670. All work performed will be on an as needed basis and there is no minimum order guarantee. The Contractor shall be required to provide crane services as required on short notice, as little as 24 hours after notification to perform by the Government. The Government will only reimburse up to 3 hours roundtrip travel time, portal to portal, for any one crane service rental event. The anticipated period of performance is three years. Contractors shall be required to submit Firm Fixed Price, fully burdened hourly crane and labor rental rates. The Government reserves the right to order any combination of crane sizes and the hours contained in the solicitation. Your response should include any similar capabilities performed, and shall be electronically submitted to the Contract Specialist, Mark Tewell, in either Microsoft Word or Portable Document Format (PDF), via email at mark.tewell@navy.mil. The deadline for response to this request is 2 pm, EST, 01 August 2012. All data received in response to this Synopsis that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted via email to mark.tewell@navy.mil. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these responses. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2012-05-24 13:31:08">May 24, 2012 1:31 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2012-06-28 13:46:53">Jun 28, 2012 1:46 pm Track Changes The purpose of this modification/amendment is to post the Request for Proposal (RFP). Listed below you will find the RFP, mod 0001 to RFP and Attachments 1 through 11. RFP N00421-11-R-0040 Mod 0001, N00421-11-R-0040 Attachment 1: Wage Determination Dept of Labor Attachment 2: Reserved Attachment 3: OPNAVINST 5100.23G Attachment 4: NAVFAC P-307 Weight Handling Equipment Attachment 5: NAVAIR Base Access Form Attachment 6: Diagram of the FARM Fac Towers Attachment 7: Reserved Attachment 8: Crain Critical Lift Procedure Form Attachment 9: Contractor Crain Pre-entry Checklist Attachment 10: Certificate of Compliance Attachment 11: Past Performance Questionnair Pkg Added June 28, 2012 The purpose of this modification/amendment is revise the proposal due date from June 27, 2012 to August 01, 2012 by 2:00pm, EST. The following have been revised and uploaded: RFP N00421-11-R-0040-0002 Attachment 11: Revised Past Performance Questionnaire Pkg
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-11-R-0040/listing.html)
- Place of Performance
- Address: The location of the work is the Facilities for Antenna and RCS Measurement (FARM) located on Priester Road aboard the Naval Air Station, Patuxent River, Maryland 20670, Patuxent River, Maryland, 20670, United States
- Zip Code: 20670
- Zip Code: 20670
- Record
- SN02790908-W 20120701/120629235313-a591e5dd647b0608b6daf88b5b52cc5c (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 |