SOURCES SOUGHT
W -- FY20 Duluth Equipment Rental - Superior Entry
- Notice Date
- 1/28/2020 11:09:40 AM
- Notice Type
- Sources Sought
- NAICS
- 532412
— Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
- Contracting Office
- W072 ENDIST DETROIT DETROIT MI 48226 USA
- ZIP Code
- 48226
- Solicitation Number
- PANGLR-20-P-0000-000991
- Response Due
- 2/12/2020 11:00:00 AM
- Archive Date
- 02/27/2020
- Point of Contact
- Emery S. Moser, Phone: 313-226-3189, L. Will Smith, Phone: 313-226-2797
- E-Mail Address
-
emery.s.moser@usace.army.mil, lloyd.w.smith@usace.army.mil
(emery.s.moser@usace.army.mil, lloyd.w.smith@usace.army.mil)
- Description
- THIS IS NOT A SOLICITATION.� THIS REQUEST FOR INFORMATION IS FOR MARKET RESEARCH PURPOSES ONLY.� NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SURVEY. This Request for Information (RFI) will be utilized by the U.S. Army Corps of Engineers, Detroit District to establish a list of sources interested in the FY20 Duluth Equipment Rental � Superior Entry requirement for USACE Detroit District at our Duluth Area Office located in Duluth, Minnesota. General 1. The purpose of this action is for the Government to engage a Contractor to provide the rental, delivery, technical support, operational training, and pick-up of construction-type equipment at the Government�s Erie Pier Beneficial Reuse Facility in Duluth, Minnesota. 2. Excavator Hammer, and Dozer equipment will primarily be used to: a. Excavate and prepare existing ground surface for a current sheet pile project. The equipment will be required to move material consisting of small boulders down to loose sand in the work area. It will also be used to mobilize, lift, and support sheet pile materials. The equipment will be used on a variety of surfaces ranging from small cobble stone, sand, and clay. Therefore all equipment must be fitted to work reliably in this terrain, e.g. tracked equipment shall be equipped with adequate tracks, and buckets and blades shall have suitable cutting edges and teeth for rock work. b. USACE will provide a Caterpillar 336 excavator and the contractor will provide quick connect hydraulic hammer which will be used to break up old concrete. The attachment is required to correspond to the Caterpillar 336 excavator and attach by means of a quick coupler. 3. Hydraulic Hammer equipment will primarily be used to: a. As stated above the Hydraulic will be used in conjunction with the excavator to break up old concrete. Hydraulic hammer shall have a defined chisel tip end. 4. Vibratory Driver equipment will be used to: a. Drive steel sheet piles (approximately 55� in length with effective embedment depth of ~20�) along existing breakwater structure in a harbor setting. A government crane will be used to lift the Vibratory Driver into position.� All attachments must be provided in either Microsoft Word or Adobe Acrobat PDF format.� Please send responses by no later than 2:00 PM local prevailing time at Detroit, MI on February 12, 2020.� PLEASE REFERENCE �SOURCES SOUGHT: FY20 Duluth Equipment Rental � Superior Entry�, in the subject line.� If interested in the subject requirement with the USACE, Detroit District at our Duluth Area Office in Duluth, Minnesota, please do the following: Please respond to Market Survey below and email it to LRE-Proposal@usace.army.mil, Emery.S.Moser@usace.army.mil, and Lloyd.W.Smith@usace.army.mil. �� Market Survey The Government is issuing this survey to determine a competitive basis.� THIS IS NOT A SOLICITATION.� THIS QUESTIONNAIRE IS FOR MARKET RESEARCH PURPOSES ONLY. �Only contractors capable of performing this type of work should respond to this Request for Information (RFI). Your response to this survey is requested by 2:00 PM Eastern Time, Wednesday, February 12, 2020.� Please send by email to Emery.S.Moser@usace.army.mil 1. Name of your firm: 2. CAGE Code: 3. Point of Contact and EMAIL address: 4. Largest Federal contract successfully completed: a. Year Completed: b. Dollar Amount: c. General Description of project: 5. Are you a Small Business classified under the above NAICS code? 6. Please list any Special Small Business Certifications you currently possess (e.g. Women- Owned Small Business, Service-Disabled Veteran Owned Small Business, Hubzone, 8(a), etc.): 7. Please describe any recent contracts or experience within the previous 24 months that are similar to this requirement. 8. Does your firm possess the manpower to perform the services? 9. If this requirement is advertised, do you anticipate submitting an offer? 10. Comments: �� ���� ��
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ff9080fdd82b484c90220c37bd305f82/view)
- Place of Performance
- Address: Duluth, MN 55802, USA
- Zip Code: 55802
- Country: USA
- Zip Code: 55802
- Record
- SN05545769-F 20200130/200128230151 (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 |