Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2012 FBO #3920
SOLICITATION NOTICE

W -- Equipment Rental

Notice Date
8/16/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
 
ZIP Code
39180-6199
 
Solicitation Number
W81EWF21875626
 
Response Due
8/22/2012
 
Archive Date
10/21/2012
 
Point of Contact
Anna E. Crawford, 601-634-5320
 
E-Mail Address
USACE ITL, GSL, EL, CHL, Vicksburg
(anna.crawford@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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 constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement is 100% set-aside for Small Businesses under North American Industry Classification System (NAICS) Code 532412. Size Standards is $7,000,000.00. Requisition Number W81EWF21875626 applies and is issued as a Request for Quotation. FOB Destination: Tyndall Air Force Base, Florida. The US Army Corps of Engineers (USACE), Engineer Research & Development Center (ERDC), Geotechnical and Structures Laboratory (GSL) - Airfields and Pavements Branch (APB) has a need for the following: *** See attached Bid Schedule for Line Items. *** Background The Airfields and Pavements Branch (APB) of the U.S. Army Engineer Research and Development Center (ERDC), Vicksburg, MS, has been tasked by the U.S. Air Force Civil Engineer Support Agency to evaluate the new Airfield Damage Repair (ADR) technologies for suitability in the repair of large craters. A demonstration has been planned for the repair of simulated craters using the recommended materials, equipment and procedures when large crater repairs are required. The demonstration will evaluate the suitability of the recommended materials, equipment and procedures for large crater repair and provide recommendations for modifications to new solutions prior to procurement. Scope To complete this testing, the equipment listed below is required to be delivered to the Silver Flag Training Site at Tyndall Air Force Base, Florida. The equipment will be required to be picked up from the site upon completion of the rental period. The equipment should be compatible for use in soil earthwork and pavement demolition operations. The equipment will be required from 4-17 September 2012 with an option for a 1-week extension of each individual item. Specifications The following equipment will be required. Brand Name or Equivalent: 1.Two (2) wheeled excavators with quick-connectors for attachment hydraulics, equipped with the following attachments: two (2) 36-in. buckets with thumb attachments and two (2) pavement breakers. The wheeled excavator should be a Volvo EW180C, CAT M318D, or equivalent. Alternative brands/models are acceptable but require approval. 2.Two (2) wheeled front-end loaders with 2.5 cubic yard buckets. The front-end loaders should be Caterpillar 924H or compatible. Alternative brands/models are acceptable but require approval. 3.Four (4) tracked compact track loaders (CTL) with high-flow hydraulics equipped with the following attachments: 4 buckets, 2 forklifts, 2 angle brooms with poly bristles only, and 2 pavement breakers. The CTL or skid-steer loaders should be a tracked Caterpillar 279C or equivalent. Alternative brands/models are acceptable but require approval. 4.Four (4) 45 in. wheel-saw attachments for CTLs. The wheel saw should be a Caterpillar SW45 or equivalent. Alternative brands/models are acceptable but require approval. 5.Five (5) 6,500-lb extendable boom forklifts. The forklifts should be capable of lifting at least 6,500 lbs vertically and extending at least 25 ft. The extendable boom forklift should be a Caterpillar TL642 or equivalent. Alternative brands/models are acceptable but require approval. 6.One (1) small warehouse forklift. The forklift shall be capable of lifting 4,500 lbs vertically. 7.Two (2) 10-cubic yard dump trucks. Automatic transmission preferred but not required. 8.Three (3) 2,000-gallon water trucks. The water trucks shall include a side discharge location capable of supporting a hose attachment. An automatic transmission is preferred but not required. 9.Two (2) portable office trailers with a minimum of 360 square feet of cooled space including a power generator compatible with the trailers. Each trailer shall include a total of six (6) portable tables and thirty (30) folding chairs. 10.One (1) 10-ton tractor truck and 40-ft flat bed trailer. An automatic transmission is preferred but not required for the tractor truck. 11.Five (5) all-terrain utility vehicles with beds. The utility vehicles should be Polaris Rangers or equivalent. 12.Two (2) all-terrain man lifts. Either an extendable lift or a scissor lift will be acceptable. 13.Dry material storage tents covering six thousand (6,000) square feet. The vendor shall be responsible for assembly and disassembly. 14.Six (6) portable toilets with (1) hand washing station. The vendor shall be responsible for daily emptying of the portable toilets. 15.Refueling service for equipment. The refueling service should provide 1,500 gallons of diesel fuel and 200 gallons of motor gas. Either on-call refueling trucks or portable tanks stored on-site will be acceptable. All equipment shall be fully fueled upon delivery to the Silver Flag Training Site at Tyndall Air Force Base, Florida. The ERDC representative at the Silver Flag Training Site at Tyndall Air Force Base, Florida, shall ensure that the equipment is fully refueled prior to equipment pick-up by the vendor. Any routine maintenance activities such as performing oil changes, filter replacement, nozzle cleaning, light debris removal, battery replacement, tire repair, etc. will be the responsibility of the vendor. All equipment should have the option to extend the rental period up to one (1) week (7 days) depending on the Government's needs. Note: It is expected that the cost for the extension period for each piece of equipment will not exceed the weekly cost (if extended daily) or monthly cost (if extended weekly). All equipment must be of acceptable quality and in good working condition. The ERDC representative at the Silver Flag Training Site at Tyndall Air Force Base, Florida, may reject any item of equipment at the time of delivery if he deems that the equipment does not meet these criteria. In this case, the equipment provider must deliver an acceptable replacement to the Silver Flag Training Site at Tyndall Air Force Base, Florida within 2 hours without the government incurring an additional delivery charge. In the event that the equipment provider does not comply with this requirement, the equipment provider will be liable for any and all costs incurred by the government for the rental of a replacement item of equipment during that period of time in which the required equipment is not available on-site. Any equipment that breaks down must be repaired or replaced promptly in order to avoid impacting the accomplishment of the government mission at the Silver Flag Training Site at Tyndall Air Force Base, Florida. Specifically, any item of equipment that breaks down to such as extent that it cannot be used for its designed set of tasks must be replaced at the Silver Flag Training Site at Tyndall Air Force Base, Florida, within 1.5 hours of the first report of the breakdown, or a qualified mechanic must arrive on-site within 1.5 hours of the first report of the breakdown to conduct repairs. If repair of the equipment is undertaken, the repair must be successfully accomplished within 2 hours of the arrival of the mechanic. In the event that the equipment provider does not comply with this requirement, the equipment provider will be liable for any and all costs incurred by the government for the rental of a replacement item of equipment during that period of time in which the required equipment is not available on-site. *** Quote should be in accordance with the attached Bid Schedule. Offerors must include technical data on the equipment quoted (e.g. equipment brand, model number, year, and any other pertinent information) and estimated lead time of delivery.*** FAR Provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Award shall be made to the responsible offeror whose proposal is determined to be Lowest Price Technically Acceptable in accordance with Clause 52.212-2 Evaluation -Commercial Items. Technical data is required to verify technical acceptability. Offerors must include a completed copy of the provision at FAR 52.212-3 Alt. 1, Offeror Representations and Certifications - Commercial Items with this offer. The Clause at FAR 52.217-3, Evaluation Exclusive of Options, FAR 52.217-9, Option to Extend the Term of the Contract, FAR 52.233-2, Protest After Award, FAR 52.233-4, Applicable Law for Breach of Contract Claim, and FAR 52.247-34, F.O.B. Destination, applies to this acquisition. The Clause 52.212-4, Contract Terms and Condition - Commercial Items, applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The clauses cited within the clause as indicated below are applicable: FAR clauses 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-1, 52.225-5, 52.225-13, and 52.232-33. The clause at DFARS 252.204-7003, Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A, Central Contractor Registration Alternate A, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, and DFARS 252.232-7010, Levies on Contract Payments applies to this acquisition. If you are not registered in SAM, an award cannot be made to your company. You may register electronically at http://www.sam.gov. Registering electronically will expedite the registration process acquisition. Vendors shall quote to provide and deliver the Equipment specified to the Silver Flag Training Site at Tyndall Air Force Base, Florida. Quotes are due Wednesday, August 22, 2012 by 10:00 AM (Central Time Zone). Quotes will be accepted by email ONLY at Anna.Crawford@usace.army.mil. Faxed quotes will not be accepted. Offerors should check the FedBizOpps website often for new solicitations and/or changes (AMENDMENTS) to existing ones. Responses to this announcement must include pricing in accordance with the attached bid schedule, technical data on the equipment quoted (e.g. equipment brand, model number, year, and any other pertinent information), and estimated lead time of delivery. Questions regarding this solicitation must be made by email to Anna Crawford at Anna.Crawford@usace.army.mil no later than Tuesday, August 21, 2012 by 10:00 AM (Central Time Zone). No further questions will be answered after this time. A Question and Answers document will be posted periodically answering all questions submitted. It is the offeror's responsibility to check this posting for any updates made to the Question and Answer document.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF21875626/listing.html)
 
Place of Performance
Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
Zip Code: 39180-6199
 
Record
SN02842855-W 20120818/120817000530-aa46700d5b28283b6b3b8cf458077196 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.