Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2012 FBO #3708
SOLICITATION NOTICE

W -- Equipment Rental

Notice Date
1/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
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
W81EWF-1326-3981
 
Response Due
1/24/2012
 
Archive Date
3/24/2012
 
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
Total Small Business
 
Description
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. This requirement is 100% set-aside for Small Businesses under NAICS Code 532412. Requisition Number W81EWF-1326-3981 applies and is issued as a Request for Quotation. The North American Industry Classification System (NAICS) code is 532412. Size Standards is $7,000,000.00. FOB Destination: Vicksburg, MS. The US Army Corps of Engineers (USACE), Engineer Research & Development Center (ERDC), Geotechnical and Structures Laboratory (GSL) - Airfields & Pavement Branch has a need for the following: See attached 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 improve the excavation and saw cutting rates of thick airfield-quality concrete when repairing bomb-damaged pavements. The APB will evaluate several commercially available excavators, backhoes, multi-terrain loaders, front-end loaders, and saws for their performance and efficiency. The evaluation requires the extended use of the equipment mentioned. Purpose To complete this testing, the equipment listed below is required to be delivered to ERDC's Poorhouse Property. The equipment will be picked up from the site upon completion. The equipment should be compatible for use in soil earthwork and pavement demolition operations. The equipment will be required from 1 February to 28 February 2012 with options for 1-month (28 days) and/or 1-week (7 days) and/or 1-day (24 hours) extensions of each individual item. Specifications The following equipment will be required to complete the testing. Brand Name or Equivalent: 1.One (1) wheeled excavator with quick-connectors for attachment hydraulics equipped with the following attachments: 36 inch toothed bucket and pavement breaker. The wheeled excavator should be a Caterpillar M3187D, Volvo EW180C, or equivalent. Alternative brands/models are acceptable but require approval. 2.One (1) wheeled front-end loader with a 2.5 cubic yard bucket. The front-end loader should be a Caterpillar 924H or compatible. Alternative brands/models are acceptable but require approval. 3.One (1) wheeled front-end loader with a 4 cubic yard bucket. The front-end loader should be a Caterpillar 966G or compatible. Alternative brands/models are acceptable but require approval. 4.Two (2) backhoes equipped with the following attachments: 36 inch toothed bucket and pavement breaker. The backhoes should be a Caterpillar 430E or compatible. Alternative brands/models are acceptable but require approval. 5.Two (2) tracked multi-terrain loaders (MTL) with high-flow hydraulics equipped with the following attachments: bucket, forklift, and pavement breaker. The MTL or skid-steer loader should be a tracked Caterpillar 277c or equivalent. The MTL or skid-steer should be compatible with the wheel-saw attachments in the next item. Alternative brands/models are acceptable but require approval. 6.Two (2) 45 in. wheel-saw attachments for MTLs with 10 sets of concrete replacement teeth and 4 sets of asphalt replacement teeth. The wheel saw should be a Caterpillar SW45 or equivalent. Alternative brands/models are acceptable but require approval. 7.Two (2) 60 in. wheel-saw attachments for MTLs with 10 sets of concrete replacement teeth and 4 sets of asphalt replacement teeth. The wheel saw should be a Caterpillar SW60 or equivalent. Alternative brands/models are acceptable but require approval. 8.One (1) concrete walk-behind saw with a 60 in. diamond blade (Husqvarna FS 8400 D or equivalent) with 10 replacement blades. Alternative brands/models are acceptable but require approval. 9.One (1) concrete walk-behind saw with a 42 in. diamond blade (Husqvarna FS 6600 D or equivalent) with 10 replacement blades. Alternative brands/models are acceptable but require approval. 10.Any routine maintenance activities such as performing oil changes, filter replacement, nozzle cleaning, light debris removal, battery replacement, tire repair, etc. will be the responsibility of the vendor. Quote should be in accordance with the attached 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. Technical data is required to verify technically acceptable. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with this offer. 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, 52.219-6, 52.219-28, 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. If you are not registered in the CCR, an award cannot be made to your company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process acquisition. Vendors shall quote to provide and deliver the Equipment specified in accordance with the attached Bid Schedule. Quotes are due 24 January 2012 by 1700 hrs (5:00pm) 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. This requirement is 100% set-aside for Small Businesses under NAICS Code 532412. Offerors should check the FedBizOpps website often for new solicitations and/or changes (AMENDMENTS) to existing ones. Responses to this announcement must include pricing information (in accordance with the attached bid schedule) and information to include contact names, addresses, phone numbers, contract numbers, e-mail address, estimated lead time of delivery, a description of the supplies/services provided, as well as statements and/or details regarding capability to meet design requirements. Point of contact is Markeda Mims at: Markeda.L.Mims@usace.army.mil. 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 20 January 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF-1326-3981/listing.html)
 
Place of Performance
Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
Zip Code: 39180-6199
 
Record
SN02655450-W 20120119/120117234326-d5503e78a1301c4b60d2dfbc1875d8bb (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.