Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2011 FBO #3645
MODIFICATION

10 -- Off Road Dump Trucks for Birds Point

Notice Date
11/15/2011
 
Notice Type
Modification/Amendment
 
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
W912EQ-12-Q-0014
 
Response Due
11/16/2011
 
Archive Date
1/15/2012
 
Point of Contact
Jackie Primer, 1-901-544-3340
 
E-Mail Address
USACE District, Memphis
(jackie.primer@mvm02.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-12-Q-0014 and is being issued as a Request for Quote (RFQ). This procurement is 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, email, or by facsimile. Regardless of method of delivery, it is the offeror's 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: STATEMENT OF WORK: The requirement is for equipment rental services at the USACE Birds Point Project. The project area is located in remote areas between Memphis, TN and Sikeston, MO. All equipment shall be delivered to East Prarie, MO. Exact delivery location will be provided at time of award. Quotes shall include all charges. Contractor shall provide all necessary labor, equipment, material, supervision, transportation and any services to perform work in accordance with this statement of work. NOTE: Mr. Matthew Pierce (contact information included below) will provide exact delivery location. The following description of rental equipment includes: 1.Equipment requirements: CLIN 0001: Ten (10) Off-Road Dump trucks, 40 Tons, One (1) month lease or 30 days. 2.The Contractor will adhere to all OSHA regulations and the Corps Safety Manual, EM 385-1-1. 3.Deliveries - Quick turnaround is necessary in order for the Government to fulfill its mission. Therefore, the items to be supplied under this purchase order shall be delivered to the job site within one (1) day of contract award. Prior to shipment, the Contractor shall coordinate delivery with the following personnel. Primary - Matt Pierce 901-544-0950 office 901-573-4180 cell 4.Construction Equipment Rental Specifications: a.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)). b.If equipment fails and requires service the contractor shall provide qualified service personnel with tools and equipment to the jobsite within 24 hours of being notified of any equipment failure. Contractor shall repair or replace equipment within 24 hours at no charge to the government. c.The contractor shall be responsible for all transportation charges as a result of equipment failure. d.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. e.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. f.Contractor personnel will perform oil sampling if required and contractor will supply all equipment necessary. g.The government will perform minor interim maintenance (lubing, greasing, etc.) as required by the manufacturer between routine contractor servicing visits. h.Product specification for proposed dozer(s) shall be submitted with quote to ensure Government requirements are met. Failure to submit product specs may eliminate offeror from consideration. 5.The Point of Contact for this effort is Mr. Matt Pierce. Mr. Pierce can be reached at (901) 573-4180. 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; 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 52.217-6, Option to Increase Quantity is applicable and the blank space shall read: 5 days; The provisions of FAR 52.217-8 is applicable to this solicitation and blank space reads as follows: 30 days. 52.217-9, Option to Extend the Term of the Contract, FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; 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; FAR 52.237-34-F.O.B. Destination FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items-FAR 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 252.225-7002-Qualifying Country Sources as Subcontractors. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 16 November 2011 no later than 2:00 PM local time at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-12-Q-0014 addressed to Jackie Primer, Phone (901) 544-3340, Fax (901) 544-3710, email: jackie.primer@usace.army.mil. Vendors not registered in Central Contractor Registration (CCR) database prior to award will not be eligible for award. Vendors may register for CCR by calling 1-800-334-3414 or register online at www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-12-Q-0014/listing.html)
 
Place of Performance
Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
 
Record
SN02623362-W 20111117/111115234148-9ec85672075e6bee5e4d44e6b2467149 (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.