Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
MODIFICATION

W -- Equipment Rental - Tyndall AFB, FL

Notice Date
8/15/2013
 
Notice Type
Modification/Amendment
 
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
W81EWF31896674
 
Response Due
8/19/2013
 
Archive Date
10/14/2013
 
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
N/A
 
Description
This modification is necessary to remove Item 2 (hook truck with a flat trailer bed), provide a Question and Answer document and provide Revised Bid Schedule. Quote submission date/time remains unchanged. 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. Requisition Number W81EWF31896674 applies and is issued as a Request for Quotation. This requirement is unrestricted. The North American Industry Classification System (NAICS) code is 532412. Size Standards is $30,000,000.00. FOB Destination: Tyndall AFB, FL. The US Army Corps of Engineers (USACE), Engineer Research & Development Center (ERDC), Geotechnical and Structures Laboratory (GSL), Airfields and Pavements Branch (AFB) has a need for the following: *** See attached Revised 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 of expanding existing small crater repair technology to large craters. A demonstration has been planned for the repair of simulated craters using the recommended materials, equipment and procedures. The demonstration will evaluate the suitability of the recommended materials, equipment and procedures for large crater repair 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. Equipment Specification: The following equipment will be required to complete testing. Line item 0001 will be required for a base period of two (2) weeks from 26 August 2013 through 9 September 2013. All equipment will need the option to extend for one (1) week (7 days), depending on the Government's needs. 1. Three (3) 10-cubic yard dump trucks. Automatic transmission preferred but not required. All equipment shall be fully fueled upon delivery to the Silver Flag Training Site at Tyndall AFB, FL. The ERDC representative at the Silver Flag Training Site at Tyndall AFB, FL shall ensure that the equipment is fully refueled prior to equipment pick-up by the vendor. Any routine maintenance activities such as performing oil changes, filter replacement, nozzle cleaning, light debris removal, batter replacement, tire repair, etc. will be the responsibility of the vendor. All equipment must be of acceptable quality and in good working condition. The ERDC representative at the Silver Flag Training Site, Tyndall AFB, FL 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 Silver Flag Training 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 Silver Flag Training Site, Tyndall AFB, FL. Specifically, any item of equipment that breaks down to such an extent that it cannot be used for its designed set of tasks must be replaced at Silver Flag Training Site, 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. OFFERORS MUST INCLUDE ANY MISC FEES (SUCH AS, ANY NECESSARY EQUIPMENT CLEANING CHARGES, ENVIRONMENTAL FEES, ETC.) IN QUOTE. *** Quote should be in accordance with the attached Revised Bid Schedule. *** 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. 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, 52.222-3, 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. The clause at FAR 52.204-7, Central Contractor Registration, FAR 52.217-5, Evaluation of Options, FAR 52.217-9, Option to Extend the Term of the Contract, FAR 52.233-3, Protest After Award, FAR 52.233-4, Applicable Law for Breach of Contract Claim, and FAR 52.247-34, F.O.B. - Destination, applies to this acquisition. The clause at DFARS 252.204-7003, Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A, Central Contractor Registration Alternate A, DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, and DFARS 252.232-7010, Levies on Contract Payments applies to this acquisition. If you are not registered in the System for Award Management (SAM), an award cannot be made to your company. You may register electronically at https://www.sam.gov/. Registering electronically will expedite the registration process acquisition. Vendors shall quote to provide, deliver, and pickup the equipment specified to the Silver Flag Training Site at Tyndall AFB, FL. Quotes are due 19 August 2013 by 1200 hrs (12:00 noon) 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 revised bid schedule, technical data on the equipment quoted (e.g. equipment brand, model number, year, specs, 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 1400 hours (02:00 pm) Central Standard Time on 16 August 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF31896674/listing.html)
 
Place of Performance
Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
Zip Code: 39180-6199
 
Record
SN03151415-W 20130817/130816000550-6f116b3c1fbf3c3ccd0f77e387935a87 (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.