Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2010 FBO #3185
SOURCES SOUGHT

W -- Lease/Rental of Equipment (without Operators) to various locations throughout 1)California, 2) Arizona, 3) Texas & New Mexico

Notice Date
8/12/2010
 
Notice Type
Sources Sought
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-10-EQUIP-RENTAL-02
 
Response Due
8/25/2010
 
Archive Date
10/24/2010
 
Point of Contact
Jarrad Williams, 817-886-1269
 
E-Mail Address
USACE District, Fort Worth
(jarrad.williams@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Information Needed - SOURCES SOUGHT SYNOPSIS: This is a Sources Sought Synopsis announcement, a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community (Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HubZone), Service Disabled Veteran Owned (SDVOSB), to compete and perform services for three (3) separate Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts with an estimated VALUE of five million dollars ($5M) each. The Government is seeking qualified, experienced and reliable sources capable of performing multiple task orders and/or delivery orders simultaneously for Lease/Rental of Construction Equipment (without operators) to various locations throughout California, Arizona, New Mexico and Texas. Each of the three requirements will be awarded as a Single-Award Task Order Contract (SATOC) to one contractor for a specific area. The areas are categorized as followed: Area 1 various locations throughout the state of California; Area 2 various locations throughout the state of Arizona, and Area 3 - various locations throughout the states of New Mexico & Texas. Each contract will have a task order minimum requirement of $2,500 and a limit of $250,000. The estimated period of performance is five (5) years. Examples of rental equipment that may be procured would be back hoe, fork lift, motor grader, water truck, trailers, bulldozers, crawler loader, excavator, bobcat, dump truck, welders, drills, cement pumps, boom crane, wood chipper, etc. This list of equipment IS NOT ALL INCLUSIVE and all items given as an example may NOT be ordered, but was given as an example of the type of some of the commercial items that may be leased/rented on an ID/IQ contract. DELIVERY TIMES WILL USUALLY BE SHORT NOTICE. The time between notification of equipment to be delivered and the required delivery date can range from twenty-four (24) hours notice to two (2) weeks notice. Offerors must be able to deliver ALL equipment and attachments that are on the task order list. SOME LOCATIONS ARE REMOTE. Deliveries will be coordinated with on-site points of contacts, names and contact information will be provided. USE OF LOCAL VENDORS IS ENCOURAGED, ALL SMALL BUSINESS are encouraged to provide a response outlining their capabilities to perform this work with (1) Company name, address, point of contact, telephone number, and email address. (2) Type of Small Business Community member (Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZone), Service Disabled Veteran Owned (SDVOSB), under the North American Industry Classification System (NAICS) code 532412 which equates to SIC code 7353 with a size standard of $7.0 Million. (3) Identify servicing Small Business Administration District Office - only for 8(a) companies. (4) Offerors must be able to deliver ALL items on a task order list. Provide a discussion on how offeror plans to meet short notice delivery schedules (48-72 hours turnaround time), and their network of subcontractors, if used, to meet the requirements of the contract since, due to the nature of the work, promptness of delivery is absolutely necessary. (5) Offeror must explain how he/she will be able to deliver to very remote locations all along the US/Mexico border. (6) Provide no more than three (3) references, for no more than three (3) of the most recent and relevant contracts, performed within the last three (3) years. Include name, address, telephone number, and email address of references. Also, provide a brief description of the work performed, contract number, total contract value, and period of performance. Contracts must be same or similar to the work described in this announcement. (7) Provide Area of Interest: Area 1 California, Area 2 Arizona, and/or Area 3 New Mexico & Texas. Existing and Joint-Ventures and other teaming arrangements are acceptable and encouraged. All responsible small businesses may submit a response which shall be considered by the agency in making a decision whether to set this requirement aside for small business participation only. ALL RESPONSES MUST BE SUBMITTED by Friday, August 20, 2010, 2:00pm, CST. Please submit your responses VIA EMAIL to the point of contacts listed below. No written responses or any information communicated via telephone will be accepted. Point of Contact email addresses are Krista.L.Perdue@usace.army.mil or Jarrad.Williams@usace.army.mil. Point of Contacts Krista L. Perdue, Contractor, Engineering and Construction Support Office ph: 817-886-1455 Krista.L.Perdue@usace.army.mil Jarrad Williams, Contracting Division, ph: 817-886-1269 Jarrad.Williams@usace.army.mil Email all of your questions to the contacts listed above. Place of Performance Various Locations throughout California, Arizona, New Mexico and Texas, United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-10-EQUIP-RENTAL-02/listing.html)
 
Place of Performance
Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN02238266-W 20100814/100812235137-542674b701c326d4d0e7b62fb45c00b9 (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.