SOURCES SOUGHT
99 -- CAAA Rent Equipment for Demo Pond Sediment Removal
- Notice Date
- 6/2/2020 12:12:20 PM
- Notice Type
- Sources Sought
- NAICS
- 532412
— Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008520Q1210
- Response Due
- 6/9/2020 11:00:00 AM
- Archive Date
- 06/24/2020
- Point of Contact
- Cassandra Christine Hines, Phone: 8128541505, Carrie Grimard, Phone: 8128546641, Fax: 8128543800
- E-Mail Address
-
cassandra.hines@navy.mil, carrie.grimard@navy.mil
(cassandra.hines@navy.mil, carrie.grimard@navy.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE.�� The intent of this notice is to identify potential offerors to determine the applicable set-aside.� The Solicitation Number for this announcement is N4008520Q1210; Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT), Public Works Department (PWD) Crane, Indiana is currently seeking potential sources for a lump-sum fixed price contract for equipment rental. �Equipment must be delivered to the Naval Support Activity (NSA) Crane, Indiana. The purpose of this work is for the rental of heavy equipment for the Demo Pond Sediment Removal. The following equipment will need to be provided: Three Articulated off road dump trucks with end gates with a minimum capacity of 31 Tons � One wide High Track Dozer with minimum 150 HP & min operating weight of 40,000 # � One Track Hoe with a 268 HP and minimum operating weight of 79,700 # a 54� general purpose bucket, and a 72� ditching bucket. The contractor will be responsible for delivery, pickup and insurance for all equipment during the duration of the rental. The equipment will need to be delivered on 20 July 2020 and picked up 31 August 2020. Low Price Technically Acceptable Source selection procedures will be utilized in conducting this competitive negotiation, which will consist of the submission of price and technical proposals once the Request for Proposal is issued.� The NAICS Code for this solicitation is 532412 Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing. The Small Business Size Standard is $32,500,000.00.� Sources are sought from 8(a) firms with a bona fide place of business located in Small Business Administration (SBA) Region V geographical area serviced by Indiana, Illinois, Ohio, Michigan, Minnesota, & Wisconsin SBA District Offices.� Sources are also sought from Service Disabled Veteran Owned Small Business (SDVOSB), HUB Zone concerns, Women Owned Small Business (WOSB) concerns or other small business concerns.� The type of set-aside to be issued will depend upon the responses to this sources sought synopsis.� The Government must ensure there is adequate competition among the potential pool of contractors. Failure to submit all information requested below will result in a contractor not being considered as an interested 8a Region V businesses, SDVOSB, HUBZone, WOSB or small business. If an adequate number of qualified responses are not received from these businesses, then the Government will issue the solicitation as an unrestricted procurement. Interested 8(a) Region V Businesses, SDVOB, HUBZone concerns, or WOSB, shall indicate their interest to the Contracting Officer in writing by providing a Statement of Qualifications. The Statement of Qualifications shall include the following information:� (a) a copy of the certificate issued by the SBA of your qualifications as a 8(a) Region �V� contractor, HUBZone concern, or WOSB concern; SDVOSB must also provide documentation of their status, (b) describe your partnering, teaming or joint venture intentions, if any, �(c) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, and (d) provide a brief description of the type of equipment that your company rents.� Anticipate the solicitation will be released on or about June 16th, 2020 with proposals due a minimum of 14 calendar days after the solicitation is released.� In accordance with FAR 5.102(a) (7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies.� The Solicitation once issued will be available for download free of charge via the Internet at: www.beta.sam.gov. The apparent successful offeror must be currently registered in the System for Award Management (SAM) database prior to contract award.� Offerors not already registered in the SAM database are highly encouraged to do so via Internet at: http://www.sam.gov.� Registration in SAM is free.� All contractual and technical inquires shall be submitted via electronic mail to cassandra.hines@navy.mil under Solicitation Number N4008520Q1210. �Direct any questions to Cassandra Hines at 812-854-1505. Receipt of potential offeror�s Statement of Qualifications shall be received no later than 2:00 PM (EST) on 09 June 2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/712a58c7845a487d9092ce52b6ade8c1/view)
- Place of Performance
- Address: Crane, IN 47522, USA
- Zip Code: 47522
- Country: USA
- Zip Code: 47522
- Record
- SN05678119-F 20200604/200602230214 (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 |