Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2012 FBO #3795
SOLICITATION NOTICE

W -- Equipment Rental

Notice Date
4/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
 
ZIP Code
39180-6199
 
Solicitation Number
W81EWF-2093-5861
 
Response Due
5/4/2012
 
Archive Date
7/3/2012
 
Point of Contact
Markeda Mims, 6016342740
 
E-Mail Address
USACE ITL, GSL, EL, CHL, Vicksburg
(markeda.l.mims@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. This requirement is 100% set-aside for Small Businesses under North American Industry Classification System (NAICS) Code 532412. Size Standards is $7,000,000.00. Requisition Number W81EWF-2093-5861 applies and is issued as a Request for Quotation. FOB Destination: Tyndall Air Force Base, Florida. The US Army Corps of Engineers (USACE), Engineer Research & Development Center (ERDC), Geotechnical and Structures Laboratory (GSL) - Airfields & Pavements Branch has a need for the following: *** See attached Bid Schedule for Line Items. *** Background The Airfields and Pavements Branch (APB) of the U.S. Army Engineer Research and Development Center (ERDC), Vicksburg, MS, has been tasked by the U.S. Air Force Civil Engineer Support Agency to evaluate the new Airfield Damage Repair (ADR) technologies for suitability in wet weather environments. A demonstration has been planned for the repair of simulated craters using the recommended materials, equipment and procedures when the local environmental condition includes light to medium rainfall. The demonstration will evaluate the suitability of the recommended materials, equipment and construction procedures for use under rainy conditions and provide recommendations for modifications to new solutions prior to procurement. Scope To complete this testing, the equipment listed below is required to be delivered to the Silver Flag Training Site at Tyndall Air Force Base, Florida. The equipment will be required to be picked up from the site upon completion of the rental period. The equipment should be compatible for use in soil earthwork and pavement demolition operations. The equipment will be required from 11-24 June 2012 (2 weeks) with an option for a 1-week (7 days) extension of each individual item. Specifications The following equipment will be required to complete the testing. Brand Name or Equivalent: 1.Two (2) wheeled excavators with quick-connectors for attachment hydraulics, equipped with the following attachments: two (2) 36-in. buckets with thumb attachments and two (2) pavement breakers. The wheeled excavator should be a Volvo EW180C, CAT M322D, or equivalent. Alternative brands/models are acceptable but require approval. 2.One (1) wheeled front-end loader with a 2.5 cubic yard bucket. The front-end loader should be a Caterpillar 924H or compatible. Alternative brands/models are acceptable but require approval. 3.One (1) backhoe equipped with the following attachments: bucket and pavement breaker. The backhoes should be a Caterpillar 430D or compatible. Alternative brands/models are acceptable but require approval. 4.Three (3) tracked compact track loaders (CTL) with high-flow hydraulics equipped with the following attachments: 3 buckets, 2 forklifts, 2 angle brooms with poly bristles only, and 2 pavement breakers. The CTL or skid-steer loaders should be a tracked Caterpillar 279C or equivalent. Alternative brands/models are acceptable but require approval. 5.Three (3) 45 in. wheel-saw attachments for CTLs. The wheel saw should be a Caterpillar SW45 or equivalent. Alternative brands/models are acceptable but require approval. 6.Four (4) 6500-lb extendable boom forklifts. The forklifts should be capable of lifting at least 6,500 lbs vertically and extending at least 25 ft. The extendable boom forklift should be a Caterpillar TL642 or equivalent. Alternative brands/models are acceptable but require approval. 7.One (1) 5-ton OR 8-cubic yard dump truck. Automatic transmission preferred but not required. 8.Two (2) 2,000-gallon water trucks. The water trucks must include a side discharge location capable of supporting a hose attachment. An automatic transmission is preferred but not required. 9.Two (2) portable office trailers with a minimum of 360 square feet of cooled space including a total of six (6) portable tables and thirty (30) folding chairs. 10.One (1) 10-ton tractor truck and 40-ft flat bed trailer. An automatic transmission is preferred but not required for the tractor truck. 11.Five (5) all-terrain utility vehicles with beds. The utility vehicles should be Polaris Rangers or equivalent. 12.Two (2) all-terrain man lifts. Either an extendable lift or a scissor lift will be acceptable. Any routine maintenance activities such as performing oil changes, filter replacement, nozzle cleaning, light debris removal, battery replacement, tire repair, etc. will be the responsibility of the vendor. All equipment should have the option to extend rental periods, with the ability to extend the rental on any of the equipment on a weekly basis, depending on the Government's construction needs. All equipment must be of acceptable quality and in good working condition. The ERDC representative at the site may reject any item of equipment at the time of delivery if he deems that the equipment does not meet these criteria. In this case, the equipment provider must deliver an acceptable replacement to the Test Site within 2 hours without the government incurring an additional delivery charge. In the event that the equipment provider does not comply with this requirement, the equipment provider will be liable for any and all costs incurred by the government for the rental of a replacement item of equipment during that period of time in which the required equipment is not available on-site. Any equipment that breaks down must be repaired or replaced promptly in order to avoid impacting the accomplishment of the government mission at the site. Specifically, any item of equipment that breaks down to such as extent that it cannot be used for its designed set of tasks must be replaced at Tyndall AFB, FL within 1.5 hours of the first report of the breakdown, or, a qualified mechanic must arrive on-site within 1.5 hours of the first report of the breakdown to conduct repairs. If repair of the equipment is undertaken, the repair must be successfully accomplished within 2 hours of the arrival of the mechanic. In the event that the equipment provider does not comply with this requirement, the equipment provider will be liable for any and all costs incurred by the government for the rental of a replacement item of equipment during that period of time in which the required equipment is not available on-site. *** Quote should be in accordance with the attached Bid Schedule. Please include technical data on the equipment quoted (e.g. equipment brand, model number, year, and any other pertinent information) and estimated lead time of delivery.*** FAR Provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Award shall be made to the responsible offeror whose proposal is determined to be Lowest Price Technically Acceptable in accordance with Clause 52.212-2 Evaluation -Commercial Items. Technical data is required to verify technical acceptability. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with this offer. The Clause 52.212-4, Contract Terms and Condition - Commercial Items, applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The clauses cited within the clause as indicated below are applicable: FAR clauses 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-5, 52.225-13, and 52.232-33. If you are not registered in the CCR, an award cannot be made to your company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process acquisition. Vendors shall quote to provide and deliver the Equipment specified to Tyndall AFB, FL. Quotes are due 4 May 2012 by 1500 hours (3:00 pm) Central Standard Time at ERDC Contracting Office, Attention: Markeda Mims, 3909 Halls Ferry Road, Vicksburg, MS 39180. Quotes will also be accepted by email: Markeda.L.Mims@usace.army.mil. Faxed quotes will not be accepted. For information concerning this solicitation contact Markeda Mims at 601-634-2740, or use the above email address. Offerors should check the FedBizOpps website often for new solicitations and/or changes (AMENDMENTS) to existing ones. Responses to this announcement must include pricing in accordance with the attached bid schedule, technical data on the equipment quoted (e.g. equipment brand, model number, year, and any other pertinent information), and estimated lead time of delivery. Any questions shall be emailed to Markeda.L.Mims@usace.army.mil. A Question and Answer Document will be updated as questions arise. It is the interested Offerors responsibility to check the document for updated information. Questions may be submitted up until 1200 hours (12:00 noon) Central Standard Time on 30 April 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF-2093-5861/listing.html)
 
Place of Performance
Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
Zip Code: 39180-6199
 
Record
SN02721681-W 20120415/120413234821-8fa51cf41bf3a63153842f7d3f6bca71 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.