MODIFICATION
W -- Blanket Purchase Agreements (BPAs) for heavy construction vehicle rentals
- Notice Date
- 5/9/2024 2:11:46 PM
- Notice Type
- Solicitation
- NAICS
- 532412
— Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
- Contracting Office
- W074 ENDIST JACKSNVLLE JACKSONVILLE FL 32207-0019 USA
- ZIP Code
- 32207-0019
- Solicitation Number
- W912EP24Q0013
- Response Due
- 5/29/2024 9:00:00 AM
- Archive Date
- 06/13/2024
- Point of Contact
- Kelly Koger, Phone: 9042321190, Gerald L. Garvey, Contracting Officer, Phone: 9042323055
- E-Mail Address
-
kelly.l.koger@usace.army.mil, Gerald.L.Garvey@usace.army.mil
(kelly.l.koger@usace.army.mil, Gerald.L.Garvey@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The U.S. Army Corps of Engineers (USACE) Jacksonville District Contracting Office (SAJ-CT) intends to solicit and establish non-priced Blanket Purchase Agreements (BPAs) for heavy construction vehicle rentals in accordance with FAR Part 12 and 13. This is a 100% Small Business Set-Aside with the following NAICS codes:� ��� �532412 Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing. ��� �532490 Other Commercial and Industrial Machinery, equipment Rental, Leasing. ��� �336999 All-terrain vehicles (ATVs) wheeled or tracked, manufacturing. ��� �333120 Aggregate spreaders manufacturing. These NAICS covers both rented/leased equipment. The predominant NAICS is 532412, and the small business size standard is $40 Million.� A small business firm as defined by this standard may compete for a Heavy Equipment BPA. A non-exhaustive list specifying frequently used equipment is included with this synopsis, but all equipment will be confined to the aforementioned NAICS codes. The areas of performance will be within the states of Florida and Georgia. This announcement constitutes the only solicitation.� The Scope of Work for this project includes the following features:� The contractor shall furnish all materials, equipment, supplies, personnel, and all other services required to perform the work outlined in this statement of work and as specifically identified in the individual task orders.� The contractor shall successfully integrate and coordinate all activity needed to execute the requirement. The contractor shall manage the timeliness, completeness, and quality of problem identification. The contractor shall provide corrective action plans, proposal submittals, timely identification of issues, and effective management of subcontractors. The contractor shall seek to ensure customer satisfaction and professional and ethical behavior of all contractor personnel.� The estimated period of performance shall be for five (5) years.� PROPOSAL REQUIREMENTS� Award will be made based on lowest price technically acceptable.� THIS IS A 100% SMALL BUSINESS SET-ASIDE. ALL RESPONSIBLE OFFERORS ARE ENCOURAGES TO PARTICIPATE.� The solicitation will be issued on or about April 30, 2024 with a response date to a minimum of 30 days after issuance. Solicitation will be issued in electronic format only and will be posted on the Contract Opportunities website:� www.SAM.gov. In order to receive notification of any amendments to this posting and the solicitation, interested vendors must REGISTER AS INTERESTED VENDOR on the Contract Opportunity website. If you are not registered, the Government is not responsible with providing you with a notification of any changes. You must be registered in the System for Award Management (SAM) in order to receive a Federal Government award. Go to www.SAM.gov to register.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/957e271d3df64736890bc08e0afd77fd/view)
- Place of Performance
- Address: Jacksonville, FL, USA
- Country: USA
- Country: USA
- Record
- SN07058147-F 20240511/240509230042 (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 |