Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2009 FBO #2861
SOLICITATION NOTICE

W -- Commercial Lease for Heavy Equipment

Notice Date
9/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense National Stockpile Center, 8725 John J. Kingman Road, Suite 3229, Fort Belvoir, Virginia, 22060-6223
 
ZIP Code
22060-6223
 
Solicitation Number
SP8000-09-R-0017
 
Archive Date
10/30/2009
 
Point of Contact
Felicia F. Long, Phone: 7037675482
 
E-Mail Address
Felicia.Long@dla.mil
(Felicia.Long@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS / SOLICITATION FOR A COMMERICAL LEASE OF HEAVY EQUIPMENT PREPARED IN ACCORDANCE WITH THE FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY NOTICE; A WRITTEN SOLICITATION WILL NOT BE ISSUED. HOWEVER PROPOSALS ARE BEING REQUESTED. Defense National Stockpile Center (DNSC): This is a Commercial Lease requirement: to lease equipment required to recover remnant Ferro-chrome and Ferro Manganese ores at the Defense National Stockpile Center (DNSC) Curtis Bay, MD & New Haven, IN Storage Sites. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation. This notice advises potential contractors of DNSC Solicitation SP8000-09-R-0017 and constitutes a Request for Proposal (RFP) to fulfill the above requirement; to further advise that proposals will be evaluated for “Best Overall Value” using price and other factors. The Government intends to evaluate proposals and make award without discussions. However, the Government reserves the right to hold discussions if it is later determined to be in the Government’s best interest to do so. The proposed acquisition is for Full and Open Competition. The associated NAICS code is 532412. Proposals from all responsible businesses will be considered. However, only proposals fulfilling the requirement will be evaluated for award. All offers must be in the English language and in U.S. dollars. This award will result in a Firm-Fixed Price type contract to lease an articulated rough terrain, 27 ton capacity dump truck and a 60,000 lb capacity excavator with a 2 to 3 cubic yard bucket and an 8,000 lb capacity electro-magnet attachment to DNSC for use and operation by DNSC personnel as described in the statement of work. The Government requires with the contractor’s offer the manufacturer’s specifications verifying make, model, age and capacity of the units that will be provided under this agreement. The Contractor shall propose a firm, fixed price to provide and material, delivery, transfer and recover the specified equipment within the contract performance period. The period performance for the contract is for 360 days from the date of initial contract award, including time required to deliver, transfer and recover equipment. Please see Statement of Work (SOW) in the solicitation for more information: STATEMENT of WORK Provide, Deliver, Transfer and Recover Heavy Equipment to the DNSC Curtis Bay, MD & New Haven, IN Storage Sites PURPOSE: The purpose of this contract is to acquire use of heavy equipment through a commercial lease that will be operated by Defense National Stockpile Center (DNSC) personal to recover and reposition residual ore at two DNSC operational sites in Curtis Bay, MD and New Haven, IN. BACKGROUND: DNSC stored bulk ores in piles on the open ground or on asphalt pads at the Curtis Bay, MD and New Haven, IN Depots. The ore plies have been in their current locations for over 40 years. Significant quantities of these ore became imbedded in the soils under the piles in quantities that are still marketable. REQUIREMENTS: The contractor shall provide all necessary labor, supervision, transportation, equipment and materials required to: 1.Provide, deliver, reposition and recover: a.One (1) articulate, rough terrain dump truck with 27 ton load capacity. b.One (1) tracked 60,000 lb capacity excavator with a two (2) to three (3) cubic yard bucket and an 8,000 lb capacity electro magnet attachment. 2.Provide scheduled and emergency service maintenance on all provided equipment. 3.Deliver, accomplish one inter-site transfer and recover all equipment to: Curtis Bay Depot New Haven Depot 710 East Ordnance Road 15411 Dawkins Road Baltimore, MD 21226 New Haven, IN 46774 4.Initial delivery will be to the Curtis Bay, MD site within ten (10) business days after award of the contract. The equipment will remain at this location for a period of three (3) to six (6) weeks. Within 5 business day after notification the contractor will recover the equipment and await direction to deliver these units to the New Haven, IN site. Upon notification from the COR the contractor shall accomplish all actions required to transfer the units to the New Haven, IN site within 15 business days where it will remain for the duration of the contract period. 5.Use of this equipment is required for seventeen (17) weeks after delivery (excluding down time and time required to transfer the equipment between sites). 6.Delivery, transfer and recovery will be scheduled through the Contracting Officer’s Representative (COR). SITE CONDITIONS: The Curtis Bay, MD & New Haven, IN Depots are completely fenced with secured access gates. Normal hours of operation are 7:30 AM to 4:00 PM Monday through Friday except Federal Holidays. Access to these sites is controlled. Delivery, transfer and recovery of equipment will need to be scheduled through the COR. PROPOSAL: The contractor shall propose a firm, fixed price to provide and maintain, deliver, transfer and recover the specified equipment within the contract performance period. Proposed prices shall identify costs for equipment while controlled by DNSC, itemized by unit and priced per week. Costs for delivery, transfer and recovery shall be separately identified; itemized by action and include all related transportation costs. Note that rental fees will not be paid for equipment in transit for initial delivery or recovery at the end of the contract. Revenue considerations for these periods should be incorporated into the transportation pricing and summarized into a single firm fixed price. Rates shall include all considerations for labor, depreciation, materials, supplies, administration, overhead, and profit. PERIOD OF PERFORMANCE The period of performance for the contract is for 360 days from the date of initial contract award, including time required to deliver, transfer and recover equipment. QUALITY SURVEILLANCE The COR shall accomplish 100% inspection of product when delivered to verify that the products are as specified in the “Requirements” paragraph above. Units will be inspected upon receipt and returned in “like” condition at the end of the lease period. The COR will also observe and verify that the equipment is delivered and maintained in safe operating condition. ACCEPTANCE The contractor may bill for whole units (e.g. weekly rent and delivery charges at the end of each calendar month within the performance period for products and services delivered as of the last day of the respective month. Acceptance shall be accomplished by receipt and approval of the contractor’s invoice by the COR. SUBMITTALS The submittals listed below are required with the contractor’s offer: Manufacturers specifications verifying make, model, age and capacity of the units that will be provided under this agreement. EVALUATION CRITERIA: Best Overall Value including price and other factors: (100%) CONTRACTING OFFICER REPRESENTATIVE (COR) Nominee for Contracting Officer’s Representative is Mike Mastronardi (518) 370-3347 GOVERNMENT FURNISHED EQUIPMENT/PROPERTY None At a minimum, Federal Acquisition Regulation (FAR) clauses/provisions 52.212-1, Instructions to Offerors; 52.212-3, Representations and Certification---Commercial Items; 52.212-4, Contract Terms and Conditions---Commercial Items; and 52-212-5, Terms and Conditions required to Implement Statutes or Executive Orders---Commercial Items, are applicable to this acquisition. The scheduled date and time for submission of quotes (proposals) for Solicitation SP8000-09-R-00017 is NLT 2 September 2009, 1:00 P.M. Eastern Time, Ft. Belvoir, VA. This Combined Synopsis/Solicitation will be available on the World Wide Web at https://www.fedbizopps.gov and https://www.dnsc.dla.mil on or about 1 September 2009. If you intend to submit a quote, please ensure that you provide all required submittals and complete all applicable fill-in clauses per the Combined Synopsis/Solicitation, including signature where applicable. Submit you quote to DNSC, Attn: Felicia Long, by the above stated date and time for submission of quotes, at facsimile 703-767-5541. E-mail offers will not be accepted. To view full details of solicitation SP8000-09-R-0017, please visit the DNSC webpage https://www.dnsc.dla.mil If you have questions regarding this combined synopsis/solicitation, please contact Felicia Long, Ph 703-767-5482; Fax 703-767-5411.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DNSC/SP8000-09-R-0017/listing.html)
 
Place of Performance
Address: Curtis Bay Depot, 710 East Ordnance Road, Baltimore, MD 21226, New Haven Depot, 15411 Dawkins Road, New Haven, IN 46774, United States
Zip Code: 46774
 
Record
SN01966461-W 20090924/090923003510-322797f984f1fd08cc41ba9fbf2dfabd (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.