Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2010 FBO #3071
SOURCES SOUGHT

W -- Lease and Maintenance of Lift Trucks

Notice Date
4/20/2010
 
Notice Type
Sources Sought
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC HAMPTON ROADS IPT 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008509R5091
 
Response Due
5/4/2010
 
Archive Date
5/7/2010
 
Point of Contact
Shawna Mitchell 757-341-1659
 
E-Mail Address
shawna.mitchell@navy.mil
(shawna.mitchell@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources prior to issuance of the RFP. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, VA is seeking to identify eligible small business firms capable of providing Lease and Maintenance of Base Support Vehicles and Equipment (BSVE) at the following location (s): Norfolk Naval Shipyard Portsmouth, VA and annexes, Portsmouth Naval Medical Center, Portsmouth, VA and various locations within a 50-mile radius of the above mentioned locations. Naval Facilities Engineering Command Mid-Atlantic is seeking Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, and certified 8(a) Small Disadvantaged Businesses, and Small Businesses with current relevant qualifications, experience, personnel and capability to perform this proposed project. All Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Business, certified 8(a) Small Disadvantaged Businesses, and Small Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether a 8(a), HUBZone Small Business or Service Disabled Veteran Owned Small Business Set-aside is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. The successful contractor (hereafter "Contractor") shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items necessary to lease, manage, operate, maintain, alter, and repair BSVE to include lift trucks, aerial platform lifts, skid steer loaders and telescopic material handlers. The Contractor shall prepare all equipment for service prior to delivery to the Government, to ensure all equipment is prepared to OEM specifications and ready to work when delivered. The Contractor shall repair all breakdowns or replace broken equipment to ensure the Government has fully functioning equipment at all times. The Contractor shall be responsible for repairing breakdowns twenty four (24) hours per day. The Contractor shall be on site within four (4) hours after notification by the Contracting Officer. Any equipment that cannot be repaired within eight (8) hours of verbal notification shall be replaced with a replacement unit of the same type and capacity and shall be furnished within eight (8) hours at no additional cost to the Government. The Contractor shall obtain all required permits, licenses, and authorizations to perform work under this contract and comply with all the applicable federal, state and local laws and regulations. Provide evidence of such permits and licenses to the Contracting Officer before work commences and at other times as requested by the Contracting Officer. The Contractor shall develop and implement a preventive maintenance program to ensure proper operation of the equipment, minimize breakdowns, and to maximize useful life. The work also includes performing indefinite quantity work such as maintenance, repair and/or construction designated by the Contracting Officer via issued Task Orders. Certification and weight testing - All equipment leased under this contract shall be certified and weight tested in accordance with OSHA standards. Written proof of all required safety testing shall be forwarded to the Contracting Officer upon delivery of equipment. The Contractor shall maintain all records of safety and weight testing and shall keep all equipment certified on a regular schedule. The Government will not accept any equipment unless all safety and weight testing documentation is provided. Identification - The Contractor shall be responsible to install contractor name and identification numbers on all equipment leased and furnished under this contract. These numbers will be clearly marked and visible from a minimum of 100 feet away. A combination Firm-Fixed price (FFP) and indefinite delivery-indefinite quantity (IDIQ) type contract is anticipated. The IDIQ work may be ordered utilizing DoD EMALL or on a Task Order, on a need basis. The anticipated contract award date for these services is 31 August 2010.The North American Industry Classification Standard (NAICS) code for this procurement is 532490 with a small business size standard of $7 million. SUBMITTAL REQUIRMENTS: It is requested that interested Small Businesses capable of providing these services submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. The capability package must be complete and sufficiently detailed to allow the Government to determine the firm's qualifications to perform the defined work. PAGES IN EXCESS OF THE 10 PAGE LIMIT WILL NOT BE CONSIDERED. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. The documentation shall address, as a minimum, the following:COMPANY PROFILE to include: (1) Company name and address; (2) Year the firm was established and number of employees; (3) Names of two principals to contact (including title, telephone and fax numbers and email addresses); (4) Small Business designation/status (e.g., 8(a), HUBZone, SDVOSB, etc); (5) DUNS number; (6) CAGE Code.RELEVANT EXPERIENCE to include experience in performing efforts of similar value, size, and scope within the last five (5) years. The following Government or commercial information shall be provided for each of your references: (1) Contract Number and Project Title; (2) Name of Contracting Activity; (3) Administrative Contract Officer's Name, Telephone Number and Email; (4) Contracting Officer's Technical Representative or Primary Point of Contact, telephone and email; (5) Indication of whether your firm acted as a prime or subcontractor, (6) Contract Period of Performance and Contract Value, (7) Brief summary of work performed and how it relates to the technical services described herein.RESPONSES ARE DUE NLT MAY 4, 2010 AT 3:00 PM ET. LATE RESPONSES WILL NOT BE ACCEPTED. THE PACKAGE SHALL BE SENT, BY MAIL, TO:Commander Naval facilities Engineering Command, Mid-Atlantic, HR IPT, 9742 Maryland Avenue, (BLDG Z-140, Room 117), Norfolk, Virginia 23511-3689 ATTN: Shawna MitchellELECTRONIC SUBMISSION WILL NOT BE ACCEPTED. Questions or comments regarding this notice may be addressed in writing to Shawna Mitchell via email at shawna.mitchell@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008509R5091/listing.html)
 
Record
SN02127085-W 20100422/100420235315-ac5ed7b175dcca7ba3b6e9febbac3c13 (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.