Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2017 FBO #5662
SOLICITATION NOTICE

W -- Crane Rental with Operator - Attachments

Notice Date
5/23/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M6890917Q7645
 
Archive Date
6/15/2017
 
Point of Contact
Kathleen M. Ruyle, Phone: 7607635496
 
E-Mail Address
kathleen.ruyle@usmc.mil
(kathleen.ruyle@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 3 - Contractor Crane Operation Checklist Attachment 2 - Contractor Crane Operating Permit Attachment 1 - Certificate of Compliance 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; quotes are being requested and a written solicitation will not be issued. Solicitation Number M6890917Q7645 is issued as a request for quotation (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95, effective date 19 January 2017. This solicitation is set-aside for small business. The associated North American Industrial Classification System (NAICS) code for this procurement is 532490, with a small business size standard of $32.5 million. The Government has a requirement for crane services in support of test events at the Amphibious Vehicle Test Branch (AVTB) located in Area 21 on Marine Corps Base Camp Pendleton, CA 92055. The resulting contract will be a single award, firm-fixed price Blanket Purchase Agreement for a duration of 12 months, with no option periods. The individual call limit is $65,000.00 and the master BPA purchase limit is $150,000.00. The BPA will be complete once the $150,000.00 purchase limit is reached or the term of 12 months has passed, whichever occurs first. CLIN 0001: Crane Mobilization/Demobilization Unit: Hours Price shall include delivery and pick-up, set up, operators, and fuel, per hour. CLIN 0002: Crane Rental with Operator Unit: Hours Price shall include operators, riggers, and fuel per hour. CLIN 0003: Lay Day Unit: Day Price shall include price per day of crane onsite on non-operating lay days Description of Services 1.0 Background AVTB provides capabilities for conducting testing of amphibious platforms for the Military. Measurement of the Vertical Center of Gravity (VCG) of vehicles is conducted at the AVTB ramp. Measurements are taken on full scale vehicle platforms in accordance with AVTB's Test Procedure or Detailed Test Plan. The crane rental with operator services will be in support of the VCG testing. 2.0 Scope The Government has a requirement for crane services at the AVTB Facilities to execute testing on Assault Amphibious Vehicles (AAVs). Vehicles to be lifted are delicate and must not be dented or damaged during the Contractor performance. The full size vehicle platforms consist of 129" in width x 131" in height x 321" in length and a weight of 100,000 pounds. The vehicle platforms will be positioned no more than 25' of working radius from the crane. In order to measure the (VCG), the vehicle will be lifted using the sling offset method with a crane, using a 30' Sling and a 40' Sling. Numbers of lifts will be as directed. The sling requirements are as follows: 1. 40' qty (2) 2. 30' qty (4) 3.0 Requirements The Contractor shall provide all required tools, equipment, and labor to provide crane services, including skilled crane operators and crane riggers to lift the vehicles at different angles. The place of performance for the required services is AVTB in Area 21 on Marine Corps Base Camp Pendleton. 3.1 Duration The Contractor shall be required to provide crane services upon request for test events. Each test event is estimated to require three days of crane services. The Government will notify the Contractor at least one week prior to each test event for scheduling the crane services. The duration of this contract will be one 12 month period after date of contract award, with no options. The Government will issue BPA calls, which will include the specific details of the test dates and durations. 3.2 Crane Operation The Contractor shall prepare and setup the lift site to ensure proper safety and lifting of the AAVs during the duration of testing at AVTB. The Contractor shall determine and provide the appropriate capacity crane or cranes needed to perform the required lift and position of the platforms, without risking damage to the equipment or injuring personnel. The Contactor shall provide trained, knowledgeable, and experienced crane operators and crane riggers to perform the required work. In addition, the Contractor shall provide all certified weight tested lifting hardware such as cables, straps, shackles, or any other related hardware required to lift and/or position the platforms. 3.3 Regulations and Policies The Contractor shall comply with Marine Corps Facilities Engineering Command, Management of Cargo Handling Gear and Equipment, 29 CFR 1917, and the Marine Corps Occupational Safety and Health Program Manual, MCO P11262.A, while operating crane equipment on the Marine Corps Base Camp Pendleton, CA. Copies or a website location can be made available upon written request to obtain copies. 3.4 Access Form All contractors, vendors and their employees are required by MCB Camp Pendleton installation regulations to verify their requirement for installation access, determine their fitness (background check), and have their identity proofed in order to have unescorted access. The Government has implemented the RAPIDGATE program on MCB Camp Pendleton and the Contractor shall obtain employee passes for base access by contacting (877) 727-4342. Failure to participate in the RAPIDGATE program will restrict access to the base and that restriction may not be used as a reason for late performance or non-performance of services. No foreign nationals shall be permitted on the Marine Corps Base under performance of this contract. For more information on accessing MCB Camp Pendleton: http://www.pendleton.marines.mil/About/BaseInformation/BaseAccess.aspx 3.5 Certificates of Compliance The Contractor shall complete and post a Certificate of Compliance for each crane brought onto Marine Corps property. A copy of the Certificate of Compliance form shall be provided. 3.6 Crane Operation Check List The Contractor shall complete the Contractor Crane Operation Checklist and provide a copy to the TPOC of this contract for each crane rental event. The Contractor Crane Operation checklist is provided. Clauses The following FAR and DFARS provisions are incorporated by reference and apply to this acquisition. FAR 52.204-7 Alt 1, 52.212-1, 52.212-2, 52.212-4,, 52.212-5, 52.204-10, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.232-33, 52.237-2, 52.252-2. DFARS 252.204-7012, and 252.232-7006. In order to be eligible for award, firms must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. FAR 52.212-1 Instructions to Offerors Addendum For evaluation purposes, vendors shall include an hourly rate for CLINs 0001 and 0002 and a price for CLIN 0003, as indicated above. All quotes should indicate time required for set-up and removal of the crane. The estimated duration of each test event is three days of crane services. Tests are typically scheduled Tuesday - Thursday to allow for setup on Monday and removal on Friday. The vendor shall indicate any scheduling restrictions (for example, minimum of 4 hours per day of crane operations). NOTE: A Department of Labor Service Contract Act Wage Rate Determination will be incorporated in the resultant Blanket Purchase Agreement. The current Wage Determination that is applicable to this requirement is Wage Determination No.: 15-5635, Revision No.: -4 dated 03/28/2017. FAR 52.212-2 Evaluation - Commercial Items (a)The Government will award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to the solicitation, will be most advantageous to the Government, price, and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the items and services offered to meet the Government requirement, (ii) price, and (iii) past performance. (b) Options. The contract resulting from this solicitation will be a one year base period with no options. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (end of clause) All future information about this acquisition, including solicitation amendments, will also be distributed through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to kathleen.ruyle@usmc.mil no later than COB 26 May 2017. Quotes are due no later than 2:00 PM PDT on 31 May 2017 and shall be submitted via email to kathleen.ruyle@usmc.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M6890917Q7645/listing.html)
 
Place of Performance
Address: Area 21, Camp Pendleton, California, 92055, United States
Zip Code: 92055
 
Record
SN04518140-W 20170525/170523234552-e0e826b00526a8b7954e1bf7ff141fb2 (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.