Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 29, 2018 FBO #6215
SOURCES SOUGHT

W -- WHEEL LOADER RENTAL

Notice Date
11/27/2018
 
Notice Type
Synopsis
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
23511
 
Solicitation Number
N4008519T9060
 
Response Due
12/4/2018
 
Archive Date
12/19/2018
 
Point of Contact
(757) 341-0093
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR QUOTE. THERE WILL NOT BE A SOLICITATION. This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources prior to issuance of the Request for Quote (RFQ). The Naval Facilities Engineering Command, Mid-Atlantic, OPS, Norfolk, VA is seeking to identify eligible small business firms capable of providing all labor, management, supervision, tools, material, and equipment required to provide one (1) Wheel Loader (see attached specifications document), to be leased to the government for a period of One-Hundred Twenty (120) Days. The requested performance period for this contract should start as soon as possible and end after 120 days, unless the Contracting Officer issues the award. The Contractor shall notify the Government within two (2) working days after award, of an expected delivery date. The Contractor shall deliver the equipment to: NAVFAC MIDLANT, OPS Transportation Dept. BLDG LP-20 Naval Air Station Norfolk, VA 23511 Naval Facilities Engineering Command, Mid-Atlantic OPS, is seeking Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, certified 8(a) Small Disadvantaged Businesses, certified 8(a) Woman-Owned Businesses, and Small Businesses with current relevant qualifications, experience, personnel and capability to perform this proposed project. All Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Business, certified 8(a) Small Disadvantaged Businesses, certified 8(a) Woman-Owned Businesses and Small Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether an 8(a), HUBZone Small Business, WOSB, Service Disabled Veteran Owned Small Business, Total Small Business, set-aside is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses of this synopsis will be used to aid in establishing small business subcontracting goals. The successful Contractor shall provide personnel with the qualifications, technical knowledge, experience and skills required for efficient operation, maintenance and repair. The North American Industry Classification Standard (NAICS) code for this procurement is 532412 with a small business size standard of $32.5million. The Contractor shall provide all labor, equipment, equipment orientation, equipment maintenance (as needed), mechanical breakdown service (as needed), transportation equipment delivery and pickup services. The brand name of the equipment is not relevant as long as it meets the contract specifications. SPECIFICATION OF REQUIRED EQUIPMENT: WHEEL LOADER: Steering Wheel Control Enclosed cab HVAC 200 “ 250 Horsepower Operating Weight 41,000+/- Bucket capacity (5.75 pd. With smooth edge cutting blade (4in 1 bucket available) Transmission auto, power shift 4F/3R Ls radial tires Single joystick loader bucket operation Maximum Net Power “ 1,700 rpm “ ISO 9249 225.0 HP Operating Weight 41554.0 Ibs. Implement System “ Maximum Pump Output at 2,390 rpm 68.0 gal/min Steering System - Pump Type Piston Engine “ Tier 4 Final/Stage IV Emissions Tier 4/Stage IV DIMENSIONS: B-Pin Height 13.75ft Centerline of Rear Auto to Edge of Counterweight 6.75ft Centerline of Rear Axle to Hitch 5.42ft Ground Clearance 1.5ft Height “ Top of Exhaust Pipe 11.17ft Height “ Top of Hood 8.75ft Height - Top of ROPS 11.33ft Lift Arm Clearance 12.0ft Wheel Base 10.83ft Operating Weight 41554.0lb SUBMITTAL REQUIREMENTS: It is requested that interested Small Businesses capable of providing these services submit to the contracting officer a brief capabilities statement package (no more than 8 pages in length, demonstrating ability to perform the requested services. The capability package must be complete and sufficiently detailed to allow the Government to determine the firm ™s qualifications to perform the defined work. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. The documentation shall address, at a minimum, the following: COMPANY PROFILE to include: (1) Company name and address, (2) Year the firm was established and number of employees, (3) Names of two principals to contact (including title, telephone and fax numbers and email addresses), (4) Small Business designation/status (e.g., 8(a), HUBZone, SDVOSB, etc), (5) DUNS number, (6) CAGE Code. Capability information shall be emailed to darlene.tucker@navy.mil. Questions or comments regarding this notice may be addressed in writing to darlene.tucker@navy.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008519T9060/listing.html)
 
Place of Performance
Address: NAVFAC MIDLANT, OPS Transportation Dept. BLDG LP-20 Naval Air Station , Norfolk, VA
Zip Code: 23511
Country: US
 
Record
SN05159964-F 20181129/181127230023 (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.