Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2017 FBO #5640
SOURCES SOUGHT

W -- Construction equipment rental service and related works

Notice Date
5/1/2017
 
Notice Type
Sources Sought
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
N40084 NAVFAC FAR EAST, FEAD ATSUGI PSC 477, Box 15, FPO AP 96306-0001 Mubanchi Oogami, Ayase Kanagawa,
 
ZIP Code
00000
 
Solicitation Number
N4008417T8904
 
Response Due
5/17/2017
 
Archive Date
9/30/2017
 
Point of Contact
Miki Masuda, 0467-63-2545, miki.masuda.ja@fe.navy.mil
 
E-Mail Address
ita
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). SOLICITATION OR SPECIFICATIONS MAY BE POSTED ON OR AROUND May 30, 2017. This is a market research tool to determine the availability of sources prior to issuing the RFP. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Command Far East (NAVFAC FE), implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. The Sources sought is intended for local sources in accordance with FAR 5.202(a)(12). Local sources are those persons or entities normally resident and licensed to conduct business in Japan. Offers from non-local sources will not be considered under this notice. The U.S. Government will not offer United States Official Contractor status under Article XIV of the U.S.-Japan Status of Forces Agreement (SOFA) to any offeror awarded a contract under this sources sought; nor will the U.S. Government certify any employees of a contractor as Members of the Civilian Component under Article I(b) of the SOFA. NAVFAC Far East Acquisition, Atsugi, Japan is seeking interested, eligible, qualified, responsible prospective business firms capable of providing the NAVFAC, FEAD, ACQ, for Construction equipment rental service and related works, to support the U.S. Government s construction and maintenance work and other operations of the U.S. Naval Air Facility, Atsugi, Japan, and other U.S. Forces Japan controlled area including but not limited to; Combined Arms Training Center (CATC) Camp Fuji in Kanto Plain. The NAICS code for this proposed procurement is 532412 Construction, Mining and Forestry Machinery and Equipment Rental and Leasing. The project is for the following. Outline of Services The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide the services outlined below and described in this Performance Work Statement (PWS) at U.S. Naval Air Facility, Atsugi, Japan, and other U.S. Forces Japan controlled area including but not limited to; Combined Arms Training Center (CATC) Camp Fuji in Kanto Plain under a performance-based contract that is comprised of Non-Recurring Work Items. Project Location. The work shall be performed at various locations and could vary from location to location. The following is an example of the dispersion of work at U.S. Naval Air Facility, Atsugi, Japan, and other U.S. Forces Japan controlled areas in Kanto Plain (various locations). 1.Rental (including delivery) of Civil Engineering Support Equipment (CESE) and Construction Equipment (with or without equipment operator) 2.Repair work associated with rented construction equipment 3.Rigging work Other works associated with support to the Government s construction, maintenance and operational work Personnel The Contractor shall provide personnel with the qualifications, technical knowledge, experience and skills required for efficient operations within the Transportation function. Certification, Training, and Licensing Personnel maintaining, repairing, inspecting, testing, operating, or rigging Weight Handling Equipment (WHE) shall be qualified per NAVFAC P-307 and USACE EM 385-1-1. Crane operators, vehicle operators and rigging workers shall also meet the requirements of host nation s laws and regulations regarding to crane and vehicle operation and driving. The crane and construction equipment qualification documents shall be kept on the job site and on the vehicle. Every time a crane is delivered, the proof of operator qualifications/licenses will be required and shall be provided. The crane-rigging operator shall be capable to evaluate and define the rigging requirements. The Contractor shall submit a copy of crane operator s, other vehicle operator s, and rigging worker s qualification documents. Operators of any other construction equipment if ordered shall meet qualification and license requirements in accordance with local laws and regulations. Personnel working on electric vehicles shall be certified to work on the electrical components, sub-assemblies and assemblies. Contractor s Repair and Maintenance Service to include Substitute Equipment The Contractor shall be responsible for performing all repair and maintenance (except for daily PM) services required to keep rented equipment in a safe and operable condition during the rental period. In the event equipment must be taken out of service by the Contractor to perform repairs or maintenance services, such time will be deducted from rental payments in the applicable amount of the rate established. In addition, the Contractor shall furnish a substitute equipment of the same type. The deduction from rental payments shall continue until substitute equipment is furnished. All repair and maintenance costs and all associated costs shall be paid by the Contractor at no additional cost to the government. Construction Equipment Data The Contractor shall submit data of construction equipment to be rented under this contract to the KO per Section F. After the contract commences and when the Contractor requests the use of equipment that has not been previously reviewed/approved, the Contractor shall submit equipment data for approval prior to delivery. Requirements of Annex 2 Spec Item 2.8.2 may also be applied. (For example, a valid vehicle inspection record and registration shall be attached and submitted.) The Contractor shall submit proof of insurance, vehicle inspection and registration records per task order to enter U. S. Government facilities. For those equipment that shall meet local exhaust gas related laws and regulations including but not limited to NOx and PM law; the evidence of meeting the laws and regulations shall be attached to the equipment data. Crane Package When crane item is ordered or any type of crane is utilized to load/unload equipment, the Contractor shall prepare and provide a Crane Package for each crane entering the facility at least seven (7) working days prior to the date of entrance to the facility. Crane package requirements shall be applied not only to crane and truck-mounted crane (such as unic) but also to, back-hoe, forklift, and bucket truck that is equipped with a winch, and other various material handling equipment to be used in a crane capacity. Crane reports (daily inspections) performed by the Contractor during the period of rental shall be submitted to the Contracting Officer per Section F. Other documents that are included in Crane Package will also be checked on the actual site. Submittal Requirements: Statement of Capabilities, Interested firms may submit the information as follows: I. Technical qualifications, capabilities, capacity, and experience to perform the project set forth in this notice Sources Sought. The Statement of Capability (SOC) will determine the feasibility and/or basis for the Navy s decision to proceed with the acquisition of the Project. Interested firms must submit a SOC, which describes, in detail, the firm s capability of providing these services at various Military and other Federal facilities worldwide. The Firm s SOC shall include the following: (1) full name and address of the firm; (2) year firm was established; (3) name of two principals (including titles, telephone and fax numbers; (4) indicate if the firm is registered in the Department of Defense (DOD) database or System for Award Management (SAM) at www.sam.gov, include the Firm s DUNS Number and CAGE Code; and II. Firm s Past Performance information of projects performed similar to the project stated herein. List up to three to five projects performed within the last five years. Provide information on recent past projects that best illustrate the Firm s qualifications for this Project. Provide information on experience of key personnel showing experience in providing inspection/assessment services. Provide the following information for each project listed: a) Contract number and project title; b) Name of contracting activity; c) Administrative Contracting Officer s name, current telephone number; d) Contracting Officer s Technical Representative or primary point of contact name and current telephone number; e) Contract type (e.g., cost plus, requirements, firm fixed-price, indefinite delivery/indefinite quantity, or combination); f) Period of performance (start and completion date); g) Basic contract award amount and final contract value; h) Summary of contract work. I) If award fee or award term incentivized, average performance rating received. The Government reserves the right to request additional information as needed, from any and all respondents. Submitted information shall be UNCLASSFIED. The Firm s SOC must be complete and sufficiently detailed to allow for a determination of the firm s qualifications to perform the defined Project. The SOC must be on 8 by 11-inch standard paper, single spaced, 12 point font minimum and is limited to 20 single sided pages (including all attachments). III. Rough Order of Magnitude (ROM) ) for the overall project stated herein. Responses are due on 17 May 2017, by 4:00 PM Japan Standard Time (JST). The package shall be sent either by delivery mail service (Takuhaibin) who has a gate access pass to Naval Air Facility Atsugi) to the following address: Naval Facilities Engineering Command, Far East, ACQ, (ATTN: Ms. Miki Masuda) PSC 477, Box 15, FPO AP 96306-1215, BLDG 89, 1st Floor or electronically to miki.masuda.ja@fe.navy.mil or carmelita.lariba@fe.navy.mil. No escort service and pick up service for the submissions at the main gate is provided. Questions or comments regarding this notice may be addressed to Ms. Miki Masuda at miki.masuda.ja@fe.navy.mil or Carmelita C. Lariba, either by e-mail carmelita.lariba@fe.navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40084F/N4008417T8904/listing.html)
 
Place of Performance
Address: NAF Atsugi, Ayase, AP
Zip Code: 96306
 
Record
SN04492069-W 20170503/170501235747-8338804cf775d93364d793d53d735de8 (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.