Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2016 FBO #5306
SOLICITATION NOTICE

W -- LRP Rental - SF 1449

Notice Date
6/1/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-16-T-0051
 
Archive Date
6/22/2016
 
Point of Contact
L. Adam Bryson, Phone: 2156566295
 
E-Mail Address
leslie.a.bryson@usace.army.mil
(leslie.a.bryson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Mod 0001 SF 1449 INSTRUCTIONS TO OFFERORS (1) Action Code: Combined Synopsis and Solicitation (2) Date: June 1, 2016 (3) Year: 2016 (4) Contracting Office Zip Code: 19107-3390 (5) Classification Code: W (6) Contracting Office Address: USACE/Philadelphia District Wanamaker Building 100 Penn Square East Philadelphia, Pennsylvania (7) Subject: Lease or Rental of Equipment (W) (8) Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulations (FAR) Part 13 and 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 be issued (formal solicitation will be attached to this notice). The Solicitation Number for this acquisition is W912BU-16-T-0051 and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in affect through Federal Acquisition Circular 05-88. Clauses and Provisions are available on line at HTTP://farsite.hill.af.mil. This requirement is a 100 % Small Business Set Aside; the NAICS code is 532412 with a size standard of $32.5 M. Award will be based on lowest price. The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed price contract for a contractor to provide all materials and labor and equipment necessary to provide an under-bridge access unit, driver, and operator access to aid U.S. Army Corps of Engineers (USACE) bridge inspectors inspecting the following bridges: Bow Ridge Bridge at Conemaugh Dam, near Saltsburg, PA; Michael J. Kirwan Dam Service Bridge, near Wayland, OH; Mosquito Creek Dam Service Bridge, near Warren, OH; Bolivar Dam Service Bridge, near Bolivar, OH; Sutton Dam Service Bridge, near Sutton, WV; Racine Locks and Dam Access Bridge, near Letart, WV; Paint Creek Dam Service Bridge, near Bainbridge, OH; Paintsville Dam Service Bridge, near Paintsville, KY; Service Contract Act Wage Determination No. WD 15-2451 (Rev.-2), WD 05-2415 (Rev.-16), WD 05-3013 (Rev.-20), WD 15-2451 (Rev.-2) WD 15-2573 (Rev.-1), and WD 15-4709 (Rev.-1) are applicable to this procurement. Duration and dates: The inspection is scheduled for the dates listed below, but may be subject to change. Ten hour workdays are to be assumed: Paint Creek Dam Service Bridge 13 June 2016 Racine Locks Access Bridge 14 June 2016 Sutton Dam Service Bridge 16 June 2016 Paintsville Dam Service Bridge 17 June 2016 Bolivar Dam Service Bridge 22 June 2016 MJ Kirwan Dam Service Bridge 23 June 2016 Mosquito Creek Dam Service Bridge 23 June 2016 Conemaugh Bow Ridge Bridge 24 June 2016 There are also a maximum of two (2) option day for traffic control and two (2) option days for A-30 or approved equal rental total that can be used at any of the locations on an as needed basis. The contractor shall provide bridge inspection access equipment to include a UB-40 under-bridge vehicle. All safety equipment and procedures shall be in accordance with the Corps of Engineers Manual EM 385-1-1, entitled Safety and Health Requirements Manual, dated November 2008. Each USACE inspector will provide his own safety harness. The Contractor is responsible for providing his own safety harness as well as any additional equipment necessary to perform safe operation of provided equipment. The contractor shall provide traffic control equipment and properly certified personnel to perform daily intermittent lane closures in accordance with proper state DOT Standard Drawing TE730-1 (see attached sketch). All safety equipment and procedures shall be in accordance with the Corps of Engineers Manual EM 385-1-1, entitled Safety and Health Requirements Manual, dated November 2008. The Contractor is responsible for providing his own safety hard hat and reflective vest as well as any additional equipment necessary to perform safe operation of provided equipment. The Contractor is responsible for notifying the applicable Department of Transportation of all intermittent lane closures. The Contractor shall provide personnel at all times during intermittent closures to direct traffic through the closure. At no time will a full bridge closure be necessary or allowed. All training and equipment must meet or exceed OSHA and ANSI requirements, and be in accordance with the Corps of Engineers Manual EM 385-1-1, entitled Safety and Health Requirements Manual, dated November 2008 and FHWA's Manual on Uniform Traffic Control Devices (MUTCD). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. FAR Provisions and Clauses applicable to this acquisition are as follows (latest edition) are incorporated in their entirety. All quotes shall be submitted electronically using the attached solicitation form, the SF1449, by (01:00 PM) EST on June 7, 2016 to L. Adam Bryson at leslie.a.bryson@usace.army.mil. If there are any amendments to this requirement, all amendments must be acknowledged, signed, and electronically submitted with your proposal at time of proposal due date. For information regarding this solicitation, the USACE Point of Contact is L. Adam Bryson, 215-656-6295.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-16-T-0051/listing.html)
 
Record
SN04134762-W 20160603/160601234922-8fa4b274455e790205c9a245383bc839 (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.