Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2010 FBO #3116
SOURCES SOUGHT

W -- Lease of one 135' Telescopic Boom Lift (no operator) for the Controlled Industrial Area at Marine Railway #2 and Dry Dock #4, Pearl Harbor, Oahu, Hawaii.

Notice Date
6/4/2010
 
Notice Type
Sources Sought
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
N62478 NAVFAC HAWAII ACQUISITION DEPARTMENT 400 MARSHALL RD PEARL HARBOR, HI
 
ZIP Code
00000
 
Solicitation Number
N6247810T2829
 
Response Due
6/18/2010
 
Archive Date
7/17/2010
 
Point of Contact
Patrick Ompad 808-474-8385
 
E-Mail Address
patrick.ompad@navy.mil
(patrick.ompad@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This notice of intent is not a request for either a quote or proposal, or an invitation for bid. The intent of this sources sought notice is to identify potential offerors for providing lease of one 135' Telescopic Boom Lift (no operator) in support of the operations performed in the Controlled Industrial Area at Marine Railway #2 and Dry Dock #4, Pearl Harbor, Oahu, Hawaii by means of a Simplified Acquisition Procedure (SAP) contract. The service includes, but is not limited to, providing all labor, management, supervision, tools, material, and equipment required to provide for leasing of the Boom Lift equipment. The intent is to provide for a six month lease of the described equipment that also includes the Contractor providing all maintenance and repair of lease equipment at no additional cost to the Government. All maintenance and repair of lease equipment shall be provided by the Contractor at the location /site of the lease equipment. Lease equipment which cannot reasonably be repaired at the location /site during the lease period, as determined by the Contractor within 24 hours after notification of the equipment being down, shall be replaced with a Government accepted replacement at no cost to the Government, as soon as possible, but no longer than three working days of the Contractors determination. In the event the lease equipment must be removed and replaced, such time shall be deducted from the lease payment in the applicable amount of the rate established. The Contractor shall provide all minor and major warranty and manufacturers safety recall repairs on lease equipment, as determined and scheduled by the Contractor. The Contractor shall be responsible for components/parts needing replacement due to normal wear and tear. Also, preventive maintenance required of the lease equipment, excluding maintenance of required operating fluids, shall be provided by the Contractor at no additional cost to the Government. The Government will be responsible for the lease equipment operating fluids (e.g., fuel, transmission fluids, radiator coolant, engine oil) required during the lease period. The Contractor shall respond to and provide service calls for repair of lease equipment during the Government's regular working hours. The Contractor must be certified, if required by the equipment manufacturer, to perform work on the equipment to be maintained under this contract. The NAICS Code for this procurement is 532490 and the annual size standard is $7,000,000.00. Interested sources capable of providing the required leasing service must respond by e-mail to patrick.ompad@navy.mil no later than June 18, 2010. Interested sources shall submit the following: 1) indicate your capability of providing the required services; 2) your company's size status (i.e., small business, 8(a), HUBZone, service disabled veteran owned small business (SDVOSB)); 3) list three projects your firm has completed similar in scope to the subject project including a short synopsis of each project addressing type of equipment included on the project; 4) any manufacturer's certification, if required by the equipment manufacturer, you possess for maintenance of any of the equipment listed above. No other information is required at this time. DO NOT SUBMIT A PROPOSAL, BROCHURES OR ANY ADDITIONAL INFORMATION AT THIS TIME. Based upon the responses received, the Government will determine the set-aside method for the procurement. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on responses to this notice. This Sources Sought Synopsis is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing a Request For Quotation (RFQ).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742PH/N6247810T2829/listing.html)
 
Place of Performance
Address: Controlled Industrial Area at Marine Railway #2 and Dry Dock #4, Pearl Harbor Navy Shipyard (PHNSY), Pearl Harbor, HI
Zip Code: 96818
 
Record
SN02168354-W 20100606/100604234427-a9e88a967ffbc6868a55dd0ada0aac96 (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.