SOLICITATION NOTICE
W -- HEAVY EQUIPMENT RENTAL
- Notice Date
- 12/31/2019 4:08:28 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532412
— Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
- Contracting Office
- W2R2 COLD RGNS RSCH ENG LAB HANOVER NH 03755-1290 USA
- ZIP Code
- 03755-1290
- Solicitation Number
- W913E520Q0005
- Response Due
- 1/6/2020 10:00:00 AM
- Archive Date
- 01/21/2020
- Point of Contact
- Lisa Bernard, Phone: 2173734425
- E-Mail Address
-
Lisa.A.Bernard@usace.army.mil
(Lisa.A.Bernard@usace.army.mil)
- Description
- This combined synopsis/solicitation for commercial items is prepared in accordance with the format at FAR Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested. The solicitation number for this request for this request for quotations (RFQ) is W913E520Q0005. The associated North American Industry Classification System (NAICS) code is 532412, which has a size standard of $32.5M. The U.S. Army Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL) �has a requirement for rental of a variety of heavy equipment, attachments, and construction tools for use during field work/demonstrations in Goose Bay, Canada. Requirements: The equipment listed below is required to be delivered to the Canadian Forces Base Goose Bay, Canada.� 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.� To be technically acceptable, the product quoted shall be BRAND NAME OR EQUAL as follows: CLIN0001 - Two (2) tracked compact track loaders (CTL) with high-flow hydraulics equipped with the following attachments:� 2 buckets, 1 forklift, 1 angle broom with poly bristles only, and 1 pavement breaker.� The CTL or skid-steer loaders should be a tracked Caterpillar 279C or equivalent.� Alternative brands/models are acceptable but require approval. CLIN0002 - Two (2) 45 in. wheel-saw attachments for CTLs with concrete teeth.� The wheel saw should be a Caterpillar SW45 or equivalent.� Alternative brands/models are acceptable but require approval. CLIN0003 - One (1) wheeled excavator with minimum 150 hp such as Caterpillar 315 or equivalent. A wheeled backhoe with minimum 100 hp is an acceptable alternative. Either excavator or backhoe should have a minimum dig depth of 15 ft and must be equipped with a standard bucket as well as a pavement breaker attachment. CLIN0004 - One (1) wheeled front-end loader with bucket capacity of 3.5 to 6.5 cubic yards.� The front-end loaders should be Caterpillar 938M or equivalent.� Alternative brands/models are acceptable but require approval. CLIN0005 - One (1) smooth drum vibratory soil compactor with a maximum width of 84 in. such as Caterpillar CS54B or equivalent. CLIN0006 - One (1) extendable boom forklift (telehandler) with a minimum capacity of 9000 lb. such as CAT TL1055 or equivalent. The remaining items are as follows: CLIN0007 - One (1) water truck with a minimum capacity of 2000 gallons. CLIN0008 - One (1) diesel powered scissor lift with a minimum lift height of 20 ft. CLIN0009 - Two (2) diesel powered jumping jack tampers with a minimum rating of 160 lb. CLIN0010 - Two (2) reversible plate compactors with a minimum rating of 300 lb. CLIN0011 - Six (6) trailer mounted outdoor lights with onboard diesel power generator CLIN0012 - Ten (10) portable kerosene heaters which provide 100k to 200k Btu. The following factors shall be used to evaluate offers:� (1) ability to meet the required Brand Name or Equal specifications, (2) price and (3) delivery schedule.� All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The Government reserves the right to award to other than the lowest price if an offer is found technically acceptable and the proposed performance delivery schedule is more favorable than that of other offers. Please reference the attached RFQ for the Purchase Description (PD), as well as all applicable provisions and clauses. Payment shall be in the form of US currency. Potential vendors shall provide a delivery schedule with their quotes. Items are required from 17-31 January 2020 with an option for a 1-week extension of each individual item. Delivery shall be FOB Destination to: Canadian Forces Base 5 Wing - Goose Bay Happy Valley-Goose Bay, NL A0P 1S0 Canada ADDITIONAL DOCUMENTS NEEDED with Quote: If offering a product other than the Brand Name specified herein, vendors are required to provide descriptive literature in sufficient detail to determine if the items quoted are technically acceptable; technical acceptability will be based on the items quoted meeting or exceeding the salient characteristics delineated. The onus is on the quoter to ensure a clear crosswalk between the characteristics of the quoted item with the characteristics identified in this solicitation. Please provide responses to this notice, no later than 6 January 2020, 12:00 PM, Central Standard Time (CST), to: Lisa.A.Bernard@usace.army.mil Telephone responses will not be accepted. *Note: Offerors are required to have an active System for Award Management registration, no active exclusions, and BOTH FAR AND DFARS representations and certifications completed in order to receive a Department of Defense contract award. Ensure that all representations and certifications, required by this Request for Quote, are either included in the online FAR and DFARS report, and/or included with your quote submission. For more information, review the SAM website at https://www.sam.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9170e7837e0641ab93e3c5b6e870888e/view)
- Place of Performance
- Address: CAN
- Country: CAN
- Country: CAN
- Record
- SN05525257-F 20200102/191231230130 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |