Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2017 FBO #5802
SOURCES SOUGHT

38 -- Rental of Crawler Crane with nominal land based capacity and 120 ft. of Boom - SOURCES SOUGHT FORM - STATEMENT OF WORK

Notice Date
10/10/2017
 
Notice Type
Sources Sought
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Buffalo, 1776 Niagara St., Buffalo, New York, 14207-3199, United States
 
ZIP Code
14207-3199
 
Solicitation Number
W912P4-18-R-0002
 
Archive Date
11/8/2017
 
Point of Contact
Gayle A Geiger, Phone: 716-879-4211, Walter Kamad, Phone: 716-879-4134
 
E-Mail Address
gayle.geiger@usace.army.mil, walter.kamad@usace.army.mil
(gayle.geiger@usace.army.mil, walter.kamad@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Interested firms shall respond to this Sources Sought Synopsis no later than 1:00 PM (EST) by 24 OCT 2017. BUFFALO DISTRICT Rental of Crawler Crane with nominal land based capacity of 150 to 165 tons and 120 ft. of Boom THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT AN INVATATION FOR BID, REQUEST FOR QUOTE, OR A REQUEST FOR PROPOSAL. USACE Buffalo District intends to determine the extent of capable Firms that are engaged in providing the required resources and services described hereunder. The responses to this Notice will be used for planning purposes for an upcoming procurement. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of an RFP; nor does it commit the government to contract for any supply or service whatsoever. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Responses to this Notice will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future RFP, if any is issued. In accordance with FAR 15.201(e), responses to this Notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. GOVERNMENT REQUIREMENTS: USACE Buffalo District is seeking interested firms capable of providing the Rental of a Crawler Crane with nominal land based capacity of 150 to 165 tons and 120 ft. of Boom. The crane will be assembled and operated on U.S. Army Corps of Engineers Crane Barge McCauley at U.S. Federal Harbors on Lake Erie and Lake Ontario. Contractor shall be responsible for providing emergency service response to address any unscheduled repair needs that might arise. If the equipment is out of service, response shall be within 1 working day of notice, and the contractor shall make the repairs needed to return the crane to service as quickly as possible. The Contractor shall provide the needed repair services at the location of the crane, which could be at any of the federal harbors along the US shores of Lakes Erie and Ontario, from Toledo, OH to Cape Vincent, NY. The base rental period for the Crawler Crane will be twelve (12) months. Optional Line Items have been put in place to extend the rental for up to 36 months beyond the base rental period, and may be exercised if a need is identified, and if funds are available. Option line items shall be priced as a monthly rate, and the Government will have the ability to fully or partially award these line items based on need. Notification of optional line item awards and duration will be done annually a minimum of 60 days prior to the end of the current rental period. If the option line item are not awarded, the rental period will terminate at the end of the last awarded rental line item. Disassembly and de-mobilization of the crane will occur within two (2) weeks after the rental termination date and will be scheduled by the Contacting Officer or his representative. The rental period for the base contract (Bid Item 2) will be 12 months from the date of delivery. Delivery will be considered complete once the crane is fully assembled on the government barge, tested, inspected, and accepted by the government as fully operational. Up to three (3) additional option years may be awarded, as detailed below. The initial delivery shall be in early spring 2018, in accordance with the schedule included in the attached Special Provisions. SUBMISSION OF RESPONSES: Along with the attached form, firms interested in providing a response to this Sources Sought Notice should limit their responses to 5 pages and shall include the following information: - Offeror's capability to meet the requirements including specific material and equipment; - Offeror's capability to perform a contract of this complexity; - Offeror's are requested to submit NO MORE THAN four (4) projects of similar scope and complexity performed within the last five (5) years. Include a brief description of the project, customer name, timelines of performance, customer satisfaction, and dollar value of the project. - Offeror can provide supplemental information listing previous Government contract experience that is not similar to this work but as a prime contractor listing only the Project title, Government Agency, year completed, and final value of the project. Interested firms shall respond to this Sources Sought Synopsis no later than 1:00 PM (EST) by 24 OCT 2017. Email is the preferred method of replying to this synopsis. Please reply to gayle.geiger@usace.army.mil with a cc: walter.kamad@usace.army.mil. Any firm interested in bidding USACE projects must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM to be eligible for award of Government contracts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACW49/W912P4-18-R-0002/listing.html)
 
Place of Performance
Address: 1035 E, 9th Street, Cleveland, Ohio, 44114, United States
Zip Code: 44114
 
Record
SN04709365-W 20171012/171010230811-7d45a68f8d3bce4cc04c310110b77361 (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.