Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2010 FBO #3022
SOLICITATION NOTICE

38 -- RENTAL, MAINTENANCE, AND REPAIRS OF ONE (1) LONG REACH BOOM EXCAVATOR (VOLVO EC290CLR OR EQUAL) FOR SIXTY (60) DAYS

Notice Date
3/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ10Q0021
 
Response Due
3/5/2010
 
Archive Date
5/4/2010
 
Point of Contact
Nanette P. Hill, 901-544-3048
 
E-Mail Address
USACE District, Memphis
(nanette.p.hill@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W912EQ-10-Q-0021 and is being issued as a Request for Quote (RFQ). This procurement is a 100% Small Business Set-Aside. The associated NAICS code is 532412 with a size standard of $7.0M. All responsible sources may submit a quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, electronic mail, or by facsimile. Regardless of method of delivery, it is the contractors responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a lump sum quotation on company letterhead to include all charges for the following items to be delivered in accordance with specifications below: CLIN 0001: Rental, Maintenance, and Repairs of One (1) Long Reach Boom Excavator (Volvo EC290CLR or equivalent) for sixty (60) days (with two options to extend for an additional thirty (30) days each as needed). DESCRIPTION/SPECIFICATION/WORK STATEMENT Scope - Contractor shall provide all necessary labor, equipment, material, supervision, transportation, and any incidental services to perform work in accordance with this statement of work for use on slope paving at the work sites in Plaquemines Parish. Approximate location of the work site is near Empire Lock in Buras, LA (exact delivery locations shall be provided by field point of contacts). The following description of work includes, but is not limited to: 1.The Contractor will adhere to all OSHA and the Corps Safety Manual, EM 385-1-1. 2.The period of performance is shown after each piece of equipment above. Performance period will begin on the day the equipment is delivered. Operations may require equipment to be delivered on specific days. Equipment shall be delivered within two business days of government field personnel (Mr. Jimmy Faulkner, Mr. William Vandergriff, or Mr. Conrad Stacks) requesting the equipment. Changes in site conditions or mission requirements may eliminate or alter the need after the initial use period. 3.Construction Equipment Rental Specifications: a.Bidder shall provide qualified service personnel for all repairs at no charge to the Government. b.Price quotes shall be based upon a standard 176 operating hours per month. Any overage hours will be paid at the pro-rated monthly rental rate (Overage Paid = (Monthly Rental Rate/176) x (Overage Hours)). c.If equipment fails and requires service the bidder shall provide qualified service personnel with tools and equipment to the jobsite within 24 hours of being notified of any equipment failure. Bidder shall repair or replace equipment within 24 hours at no charge to the government. d.The bidder shall be responsible for all transportation charges as a result of equipment failure. e.If the equipment is inoperable during the rental month and as a result is available for less than 30 days due to inoperability, the government shall receive a prorated rental charge for that month. f.The Contractor will furnish filters, oil, and labor to perform all normal operational and scheduled preventative maintenance such as changing air cleaner, fuel filters, and oil and filter as required by the manufacturer. g.The government will perform minor interim maintenance (lubing, greasing, etc.) as required by the manufacturer between routine contractor servicing visits. h.Contractor personnel will perform oil sampling if required and bidder supplies all equipment necessary. i.Bidder shall deliver equipment within 2 business days of award unless otherwise approved by the Contracting Officer or unless otherwise coordinated with Points of Contact due to project delays. j.Rental period begins upon date delivered. 4.The field Point of Contact for this effort is Mr. Jimmy L. Faulkner at (901) 481-0658 or by e-mail: Jimmy.l.faulkner@usace.army.mil. Alternate field contact is Mr. William Vandergriff at (901) 378-0292 or by e-mail: at william.h.vandergriff@usace.army.mil. The office Point of Contact for this effort is Mr. Conrad Stacks at (901) 544-0950 or by e-mail: conrad.r.stacks@usace.army.mil Contractor shall submit completed clause 52.212-3, Offerors Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil. FAR 52.212-1 - Instructions to Offerors--Commercial Items is applicable to this solicitation. The provisions at FAR 52.212-2 - Evaluation of technical capability (delivery time) and price with technical capability being significantly more important than price. FAR 52.212-3, Offeror Representation and Certifications--Commercial Items. FAR 52.212-4 - Contract Terms and Conditions--Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Dev); FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003); FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial ItemsFAR 252.225-7001 Buy America Act and Balance of Payments Program (JUN 2005); FAR 252.232-7003 Electronic Submission of Payment Requests; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III; and FAR 252.225-7002Qualifying Country Sources as Subcontractors. Responses to this combined synopsis/solicitation must be received via electronic mail, fax, mail, or certified delivery by March 5, 2010 no later than 11:00 AM local time at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-10-Q-0021 include Dun & Bradstreet and Federal Tax Identification numbers addressed to Nanette P. Hill, Contract Specialist, Phone (901) 544-3048, Fax (901) 544-3710, email: nanette.p.hill@usace.army.mil. Vendors not registered in Central Contractor Registration (CCR) database prior to award will not be eligible for award. Vendors may register online at www.ccr.gov or by calling 1-800-334-3414.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ10Q0021/listing.html)
 
Place of Performance
Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
 
Record
SN02080705-W 20100304/100302235232-70b665d1bc689d189e4fba380c9bb31c (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  © 1994-2020, Loren Data Corp.