SOURCES SOUGHT
W -- Heavy Equipment Rental
- Notice Date
- 10/13/2009
- Notice Type
- Sources Sought
- 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
- DNSC-10-MO-HERFI
- Archive Date
- 11/27/2009
- 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
- Synopsis: The purpose of this Sources Sought notice is to obtain information from potential and eligible contractors for a Commercial Lease of Heavy Equipment, firm-fixed price contract. The equipment will be operated by Defense National Stockpile Center (DNSC) personnel to recover and reposition residual ore at two DNSC operational sites. The Sources Sought is being done to identify sources located in Maryland, Virginia, West Virginia, Ohio and Indiana with the ability to provide, deliver, transfer and recover heavy equipment to the Defense National Stockpile Center at Curtis Bay, Maryland and New Haven, Indiana storage sites. DNSC site locations: Curtis Bay Depot 710 East Ordnance Road Baltimore, MD 21226 New Haven Depot 15411 Dawkins Road New Haven, IN 46774 Performance period under the commercial lease contract will be billable for a total of 17 weeks. After the award and upon notification by the Contracting Officer’s Representative (COR), the contractor will have 45 business days to deliver the equipment to Curtis Bay, MD, where it will remain for estimated period of 3 to 6 weeks. Upon completion of performance at Curtis Bay, MD, the contractor will be contacted by the COR to recover the equipment and await directions for delivery to the New Haven, Indiana site. Within 5 business days after receiving notification by the Contracting Officer’s Representative, All proposals or estimates must include the initial delivery, recovery/pick up, and transfer of the equipment and accessories listed below: a) One (1) Dump Truck, articulate, rough terrain with a 27 ton load capacity; b) One (1) Excavator, tracked, 60,000 lb lift capacity with a 3 cubic yard bucket; c) One (1) Electro magnet, attachment with an 8,000 lb lifts capacity; Information Sought: This RFI is seeking information on the feasibility to lease heavy equipment for one inter-site transfer and delivery. The required lease will be for a total of 17 weeks during the date for delivery is unspecified but within 360 days from the notification of award. The firm-fixed price should be inclusive of all revenues and rate considerations, ( i.e., labor, depreciation, materials, supplies, administration, overhead and profit). Responses should also include a contingency plan, in case of inclement weather conditions. Cost for equipment rental shall be itemized by unit and priced per week. The costs for delivery, transfer and recovery shall be separately identified; itemized by action and include all related transportation costs. The potential contractor shall scheduled and emergency service maintenance and daily use of operational fluids, (oils, lubricates) and tools necessary to utilize the equipment from conception through completion. Interested contractors must demonstrate a history of relevant commercial lease experience with the government with a primary firm fixed type contract and simultaneous performance of multiple projects at different locations. The contract will be firm-fixed price with a targeted award range of $118K to $120K. North American Industry Classification System (NAICS) Code is 532412. The Government anticipates awarding one (1) contract. The contract may contain an option to extend beyond the performance period for an additional six (6) weeks in the event of an uncontrollable delay. Therefore, the estimated cost should also include the additional cost per week based upon the same unit firm-fixed contract price. This sources sought is for planning purposes only and is NOT to be construed as a commitment by the Government, nor will the Government pay for information solicited hereunder. At this time, no solicitation exists. Submit all questions via email to the point of contact listed below. Questions and answers will be posted at the end of each week beginning 10/23/09 on Defense National Stockpile Center’s website: https://www.dnsc.dla.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DNSC/DNSC-10-MO-HERFI/listing.html)
- Place of Performance
- Address: See DNSC site locations above RFI, United States
- Record
- SN01984689-W 20091015/091013234950-834875c2f4476aed08739026bbb7648a (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 |