Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 11, 2014 FBO #4521
MODIFICATION

W -- Moon Island Equipment Rental - Salient Characteristics of Required Equipment

Notice Date
4/9/2014
 
Notice Type
Modification/Amendment
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Detroit, 477 Michigan Avenue, Detroit, Michigan, 48226, United States
 
ZIP Code
48226
 
Solicitation Number
W911XK-14-T-0029
 
Archive Date
5/7/2014
 
Point of Contact
L. Will Smith, Phone: (313) 226-2797, Thomas McKay,
 
E-Mail Address
lloyd.w.smith@usace.army.mil, LRE-Quotes@usace.army.mil
(lloyd.w.smith@usace.army.mil, LRE-Quotes@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Salient Characteristics of Required Equipment 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. 1. This equipment will serve two purposes. a. To relocate limestone material, from piles up to 45 feet high, to construct containment berms, constructed from this material, in one (1) two (2) feet of water to a height of up to eight (8) feet. The equipment will be used on roadways and surfaces made of the same material, in a quarry like environment, therefore all equipment must be fitted to work reliably in this terrain, e.g. wheeled equipment shall be equipped with rock tires, and tracked equipment shall be fitted with as narrow tracks as possible, and buckets shall have suitable cutting edges and teeth for rock work. b. To excavate a channel to a depth of 10 to 12 feet below the water surface in soil comprised primarily of clay and sand, and to drive a steel sheet pile (SSP) wall into the same soil. For this work, the excavator buckets identified on the attached list will be required to have suitable edges to cut through this type of soil without teeth, and the hammer shall have the proper jaws to drive PZ-27 SSP Pairs. 2. The rental equipment shall be brand name or equal to the equipment listed on the attached list. The primary factors to be equivalent to the equipment listed include attributes such as rated horsepower, load capacities, and physical dimensions. Any equipment falling outside of these specifications must be approved by the designated Government Technical Point of Contact. 3. The successful bidder will provide initial on-site training for up to four individuals in the operation and maintenance of each piece of equipment, as needed. The training must also be sufficient to enable the trained employees to train others in the operation and maintenance of the same. Training shall include general operation of the equipment, periodic checks, and attachment of accessories, such as buckets. 4. Each piece of the listed equipment will be needed from one (1) to four (4) months, with one (1) month equal to 28 calendar days, and the minimum period of time shall be no less than one (1) month; therefore interested vendors should bid accordingly. Rental costs will be paid on a month by month basis should the equipment be returned earlier than the full three-month rental period. The usage month begins on the day the equipment is delivered to the work site, necessary equipment training is completed, and accepted by the designated Government representative. 5. Mobilization and demobilization of each piece of equipment shall be billed by the contractor and paid by the Government independent of the equipment rental cost. 6. The transportation/delivery costs of all rental equipment and associated materials to and from the job site in Barbeau, MI 49710 is the responsibility the contractor. The equipment shall be delivered on a piece by piece basis in an order established by the designated Government representative. The period of use for each piece of equipment shall also be established by the designated Government representative, with the minimum period of time equal to one month. 7. The estimated start dates for the rental equipment on the attached list, are early start dates, and may vary by up to one month. Delivery shall be coordinated with a designated Government representative, and shall be scheduled to arrive at the job site during normal work days and hours. This includes Monday through Friday between the hours of 8:00 a.m. and 5:00 p.m., and excludes Federal holidays. Alternate delivery times must be approved on a case-bycase basis by the designated Government representative. The Government representative will provide the contractor with a schedule detailing when and where to deliver each piece of equipment, and the order of delivery. The contractor shall be allowed a maximum of one week to have the equipment on site and functional after notification. 8. All equipment will arrive in fully functional condition, meet all OSHA safety requirements, all safety lock-outs and devices shall be functioning as intended by the manufacturer, and come complete with all necessary documentation and certifications where applicable. 9. All equipment shall be provided with tools and necessary materials to perform general and/or routine maintenance, such as fluid level checks, greasing, tire pressures, etc. These tools and material include, but are not limited to, items such as equipment specific tools, grease guns, grease, and hydraulic fluid. 10. All equipment and accessories shall arrive ready for use, and fully functional. It is the contractors responsibility to ensure items such as hydraulic and motor oil levels are topped off, fuel tanks are full, accessory attachment pins, hydraulic hoses, electrical harnesses, and fluids are provided, tires are inflated to proper pressures, equipment cab glass is not broken, etc. Equipment delivered that is not fully functional may delay start dates for the rental period. 11. Within one business day of notification from the Government representative the contractor shall have a competent field technician on site to assist in equipment set-up, operation, and maintenance training. The field technician will be available for up to five (5) business days of on-site support. Business days for this line item consist of five - ten (10) hour days, Monday to Friday, and exclude Federal holidays. Variance from this training schedule requires the approval of the designated Government representative. 12. The successful bidder will also provide timely technical support via phone or email on an as needed basis for the duration of the contract 24-hours per day, seven (7) days a week. 13. The successful bidder must also be capable of providing maintenance and repair parts, as well as on site support for repairs, on an as needed basis, within 24 hours. Under very rare circumstances, and when approved by a Government Representative, the 24 hour response time may be waived. If nonoperational equipment cannot be repaired within 24 hours, the successful bidder shall be required to replace the equipment in kind within 36 hours. The designated Government representative shall dictate how the time lost on equipment that is not functioning for more than 24 hours will be credited to the Government, which will be either be through moving the end date of the rental period to allow for adequate make up the time, or require the contractor to adjust invoices to not include this time. Equipment lost time that fall under this clause shall be for reasons not related to the identified use, such as, but not limited to, broken hydraulic hoses, low fluid levels, equipment alarms that prevent or limit use of equipment to prevent system damage, low tire pressures, and fluid leaks.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA35/W911XK-14-T-0029/listing.html)
 
Place of Performance
Address: Ch. St. Marys River Section, Soo Area Office, 312 Portage Ave, Sault Ste. Marie, Michigan, 49783-2445, United States
Zip Code: 49783-2445
 
Record
SN03334072-W 20140411/140410021244-4f1e5a762d040e890bdc443d70b61564 (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.