SOLICITATION NOTICE
J -- USACE Omaha District Rig Tender Remount Services
- Notice Date
- 1/16/2014
- Notice Type
- Presolicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F-14-T-0007
- Response Due
- 1/29/2014
- Archive Date
- 3/17/2014
- Point of Contact
- Shanna Comparato, 402-995-2328
- E-Mail Address
-
USACE District, Omaha
(shanna.m.comparato@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Contractor shall transfer government-owned, truck-mounted RTT-rig tender (old truck) to the new truck cab and chassis (new truck). The contractor shall provide all labor, parts, and materials necessary to: 1) Dismount and remount the existing RTT-rig tender from the old truck to the new truck; 2) Replace all hydraulic hoses and coupling associated with the rig tender; 3) Replace and install a new PTO pump on the new truck; 4) Dismount the front bumper-mounted winch from the old truck and remount it to the same location on the new truck. The old truck and rig tender are shown in attached photo 1 (2001 Sterling model LT8500). The new truck cab and chassis is shown in photo 2 (2013 International Workstar model 7600). All equipment is available for inspection at no cost to the Government prior to providing a proposal. The equipment location is at the U.S. Army Corps of Engineers facility at 9501 Pershing Drive, Omaha, NE 68112. An appointment for inspection will be necessary by contacting Joe Morrissey at (402) 660-5201 or by email joseph.c.morrissey@usace.army.mil The Contractor shall ensure all components are functioning properly. The rig tender and new truck shall be completely ready for field operation. Proposals will be evaluated based on the Best Value to the government. Items 1, 2 and 3, when combined, are more important than item 4. Evaluation factors are: 1) Fully operational delivery timeframe after contract award; 2) Warranty duration(s) and comprehensiveness of the work performed; 3) Technical capability to meet Government Requirements per PWS (provide one-page narrative demonstrating relevant past performance); 4) Price. At a minimum, proposals will include sufficient information to allow the government to fully evaluate proposals against the evaluation factors above. Any missing or incomplete information will be assumed to not meet requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-14-T-0007/listing.html)
- Place of Performance
- Address: USACE District, Omaha 9501 Pershing Drive Omaha NE
- Zip Code: 68112
- Zip Code: 68112
- Record
- SN03268958-W 20140118/140116234114-0ec2f4e0c20d3234f7eecfdc45616f1b (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 |