Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2012 FBO #3829
SOLICITATION NOTICE

W -- ERDC Equipment Rental

Notice Date
5/17/2012
 
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-2102-8026
 
Response Due
5/24/2012
 
Archive Date
7/23/2012
 
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. Requisition Number W81EWF-2102-8026 applies and is issued as a Request for Quotation. This requirement is 100% set-aside for Small Businesses. 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) - Mobility Systems Branch (MSB) has a need for the following: *** See attached Bid Schedule for Line Items. *** Background The Mobility Systems Branch (MSB), Geotechnical and Structures Laboratory (GSL) of the Engineering Research and Development Center (ERDC) has a requirement for the rental of heavy equipment to support the study of vehicle rollovers. Scope The equipment listed below is required to be delivered to ERDC, 3909 Halls Ferry Road, Vicksburg, Mississippi 39180. The equipment will be required to be picked up from the site upon completion of the rental period. The equipment will be required from 31 May 2012 - 9 August 2012 with the option to extend any of the equipment on a weekly (7 days) basis depending on the Government's construction needs. Specifications The following equipment will be required: 1.One (1) Steel Wheel Vibratory Compactor R/O roller - vibratory compactor - rubber tires on rear - front steel wheel pad foot, SD ST 54-56" 2.One (1) 4WD Tractor Backhoe w/ front bucket & boom reach of 12-15 ft 3.One (1) Wheeled Loader w/ 3 yd bucket 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. All equipment must be of acceptable quality and in good working condition. The ERDC representative at the site may reject any item of equipment at the time of delivery if he deems that the equipment does not meet these criteria. In this case, the equipment provider must deliver an acceptable replacement to ERDC within 2 hours without the government incurring an additional delivery charge. In the event that the equipment provider does not comply with this requirement, the equipment provider will be liable for any and all costs incurred by the government for the rental of a replacement item of equipment during that period of time in which the required equipment is not available on-site. Any equipment that breaks down must be repaired or replaced promptly in order to avoid impacting the accomplishment of the government mission at the site. Specifically, any item of equipment that breaks down to such as extent that it cannot be used for its designed set of tasks must be replaced at ERDC within 1.5 hours of the first report of the breakdown, or, a qualified mechanic must arrive on-site within 1.5 hours of the first report of the breakdown to conduct repairs. If repair of the equipment is undertaken, the repair must be successfully accomplished within 2 hours of the arrival of the mechanic. In the event that the equipment provider does not comply with this requirement, the equipment provider will be liable for any and all costs incurred by the government for the rental of a replacement item of equipment during that period of time in which the required equipment is not available on-site. *** 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. 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. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, and DFARS 252.232-7010, Levies on Contract Payments applies to this acquisition. 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. Quotes are due 24 May 2012 by 1430 hrs (2:30 pm) 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 in accordance with the attached bid schedule, technical data on the equipment quoted (e.g. equipment brand, model number, year, and any other pertinent information), and estimated lead time of delivery. 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 1200 hours (12:00 noon) Central Standard Time on 21 May 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF-2102-8026/listing.html)
 
Place of Performance
Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
Zip Code: 39180-6199
 
Record
SN02751039-W 20120519/120518000414-681c59bf85fac6ff328e0f0293d60b4d (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.