Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
MODIFICATION

W -- FEMA Sea Ray Bridge MVK Equipment Rental

Notice Date
1/11/2018
 
Notice Type
Modification/Amendment
 
NAICS
532411 — Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
 
ZIP Code
35807-4301
 
Solicitation Number
PANSAD18P0000013027
 
Archive Date
1/31/2018
 
Point of Contact
Angela L. Andrews, Phone: 9042322441, James T. Tracy, Phone: 9042322107
 
E-Mail Address
Angela.L.Andrews@usace.army.mil, james.t.tracy@usace.army.mil
(Angela.L.Andrews@usace.army.mil, james.t.tracy@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
***** PLEASE BE INFORMED THAT THE PROPOSAL DUE DATE IS BEING EXTENDED TO 11AM, EST, ON TUESDAY, 16 JANUARY 2018. Proposals should be submitted to Angela.L.Andrews@usace.army.mil and James.T.Tracy@usace.army.mil. ***** ***THIS IS A JACKSONVILLE DISTRICT REQUIREMENT*** DESCRIPTION: COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. The Government reserves the right to award without discussions. In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The is a Request for Quotes (RFQ) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-96. The U.S. Army Corps of Engineers (USACE), Jacksonville District requires equipment rental for FEMA supported Sea Ray Bridge Over Sykes Creek Rehabilitation MVK Work. The rental period is anticipated to cover two (2) months. An optional CLIN for two (2) extra months of equipment rental will be included in any resultant contract/order. The associated NAICS code is: 532411. Small business size standard is: 1,250 Employees This requirement is for the rental of the following equipment: (SEE BELOW AND ATTACHED DESCRIPTION OF REQUIREMENT) CLIN Item Description 0001 30'x7.5'x4' or equivalent barge area and weight capacity portable sectional barges (Poseidon P1N or equivalent) for the rock and HD bedding box. These barges shall lay side by side and covered with wood mating. A 5 yd. HD bedding stone box shall be on this barge. Also a stability analysis shall be ran to ensure the stability of the barges. 0002 30'x7.5'x4' or equivalent barge area and weight capacity portable sectional barges equipped with 20' spuds. (Poseidon P1N or equivalent) with a minimum capacity of 14,000 lbs. at 19" of draft. This will be for the excavator to sit on and place the stone. A bobcat E63 will be set and secured on barge to place stone. Stability analysis must be run on the barge with excavator on it to ensure barge is big enough. 0003 Open cabbed small excavator with 13'-14' digging range and maximum operational weight of 14,000 lbs. (Bobcat E63 or equivalent) Also needs to be an open cab for safety on barge. 0004 5 yd. HD bedding stone box. Bedding stone box shall be placed on larger barges and secured down. Delivery: Required by 17 January 2018 Location of Work: 28°24'20.53"N and 80°41'39.64"W, Sea Ray Drive The provision at 52.212-1 Instructions to Offerors -- Commercial, applies to this acquisition. The provision at 52.212-2 Evaluation--Commercial Items, applies to this acquisition; with the only evaluation factor being price. The provision at 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4 Contract Terms and Conditions -- 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. Additional FAR clauses cited in 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, that apply to this acquisition • 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards • 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment • 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations • 52.219-28 Post Award Small Business Program Rerepresentation • 52.222-3 Convict Labor • 52.222-21 Prohibition of Segregated Facilities • 52.222-26 Equal Opportunity • 52.222-36 Equal Opportunity for Workers with Disabilities • 52.222-50 Combating Trafficking in Persons • 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving • 52.225-13 Restrictions on Certain Foreign Purchases • 52.232-33 Payment by Electronic Funds Transfer-System for Award Management • 52.233-3 Protest After Award • 52.233-4 Applicable Law for Breach of Contract Claim Additional Provision that apply to this acquisition: • 52.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements Or Statements--Representation • 52.204-16 Commercial and Government Entity Code Reporting • 52.204-22 Alternative Line Item Proposal • 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law • 52.217-5 Evaluation of Options • 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. • 252.203-7005 Representation Relating to Compensation of Former DoD Officials • 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. • 252.204-7011 Alternative Line Item Structure Additional Clauses that apply to this acquisition: • 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements • 52.204-7 System for Award Management • 52.204-13 System for Award Management Maintenance • 52.204-18 Commercial and Government Entity Code Maintenance • 52.204-19 Incorporation by Reference of Representations and • Certifications. • 52.217-9 Option to Extend the Term of the Contract • 52.232-39 Unenforceability of Unauthorized Obligations • 52.232-40 Providing Accelerated Payments to Small Business Subcontractors • 252.203-7000 Requirements Relating to Compensation of Former DoD Officials • 252.203-7002 Requirement to Inform Employees of Whistleblower Rights • 252.204-7004 Alternate A, System for Award Management • 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting • 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support • 252.225-7048 Export-Controlled Items • 252.232-7010 Levies on Contract Payments • 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel Open Market pricing is required. Award will be made to the lowest price, technically acceptable, responsive, responsible offeror. Anticipated Award Date is: 15 January 2018 Proposals are due by 09:00 AM EST, 11 January 2018. Proposals shall be sent via email to angela.l.andrews@usace.army.mil, and james.t.tracy@usace.army.mil. Any questions regarding this acquisition should be directed to James T. Tracy at (904) 232-2107 or by e-mail. Attached: Description of Requirement Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2018-01-11 08:57:51">Jan 11, 2018 8:57 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2018-01-11 14:24:08">Jan 11, 2018 2:24 pm Track Changes ***** PLEASE BE INFORMED THAT THE PROPOSAL DUE DATE IS BEING EXTENDED TO 11AM, EST, ON TUESDAY, 16 JANUARY 2018. Proposals should be submitted to Angela.L.Andrews@usace.army.mil and James.T.Tracy@usace.army.mil. ***** This action is being extended to 3:00pm, EST today, 11 January 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/PANSAD18P0000013027/listing.html)
 
Place of Performance
Address: 28°24'20.53'N 80°41'39.64'W, Sea Ray Drive, Merritt Island, Florida, 32952, United States
Zip Code: 32952
 
Record
SN04787722-W 20180113/180111231150-24feb163ed25712201d24aba3b4383ad (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  © 1994-2020, Loren Data Corp.