Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2021 SAM #7028
SOLICITATION NOTICE

W -- MANLIFT RENTAL USCGC CYPRESS

Notice Date
2/23/2021 11:06:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
53249 —
 
Contracting Office
SFLC PROCUREMENT BRANCH 3(00040) BALTIMORE MD 21226 USA
 
ZIP Code
21226
 
Solicitation Number
70Z04021Q63561Y00
 
Response Due
3/10/2021 6:00:00 AM
 
Archive Date
03/25/2021
 
Point of Contact
CHAD YEARWOOD, CHAD YEARWOOD
 
E-Mail Address
CHAD.A.YEARWOOD@USCG.MIL, CHAD.A.YEARWOOD@USCG.MIL
(CHAD.A.YEARWOOD@USCG.MIL, CHAD.A.YEARWOOD@USCG.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items or services, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation number 70Z04021Q63561Y00 applies and is used as a Request For Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, effective, 7 March 2016. It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. All quotes shall be emailed to SK2 Jesse D'Hereaux via jesse.o.dhereaux@uscg.mil and shall be received no later than 03/10/21 by 0900hrs (Eastern). All emailed quotes shall have 70Z04021Q63561Y00 in the subject of the email. The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. The United States Coast Guard Surface Forces Logistics Center has a requirement for the following items: SCOPE: The Contractor shall provide Rental of (4) 40Ft Electric Manlifts with Articulating Boom. They must provide 24/7 Service in the event of equipment failure for repairs. Contractor shall be responsible for the delivery and pickup of the Lifts. The Period of Performance shall be from 03/17/21- 04/16/21. The Yard will be responsible to provide electric to re-charge the batteries in the Lifts QUANTITY: 4 EACH RESPONSIBILITITES The equipment will be operating around-the-clock under a rigorous deployment performance schedule. Within twenty-four (24) hours (one-day) of initial notification of the need for repair, the Contractor shall have a knowledgeable and equipped technician on the job-site fully prepared to repair the rental equipment. The defective unit(s) shall be repaired within forty-eight (48) hours (two day) of initial notification or, if the original defective unit(s) cannot be made operational, replaced within seventy-two (72) hours (three days) of initial notification. If the equipment failure is not the fault of the Government, the Contractor shall bear all costs associated with its repair and/or replacement. Contractor shall be responsible for all preventative maintenance (PM) and wear & tear repairs (including cosmetic issues) due to shipyard work, with the exception of daily checks of liquid levels. MAINTENANCE The contractor shall maintain a stringent maintenance program in accordance with Manufacturers� recommendations, applicable American National Standard (ANSI) specifications and Scaffolding Industry Association (SIA) specifications. The unit shall have no visible fluid leaks during operation or sitting idle. Upon completion of regularly scheduled PMs, contractor will leave a copy of the completed maintenance/inspection record with the point of contact. All preventive maintenance/inspection records must clearly show what maintenance/inspection has been performed and must be signed and dated by the individual who performed the maintenance/inspection. A statement or certification to the effect that maintenance has been performed will not suffice. The record must reveal the actual elements of inspection and maintenance being performed. Up to date inspections will be kept with the equipment at all times. It is the sole responsibility of the contractor to insure preventive maintenance on all boom lifts is kept up to date. If records are not up to date and records are not provided as set forth in these specifications, the equipment will be inoperable to the government and the government will not pay for the downtime caused by inadequate or incomplete records. The contractor shall provide forty-eight (48) hour notification to the Government prior to providing preventative maintenance of the boom lift on site. During the course of the rental period the government may request that the boom lift be swapped out if there is an increase in frequency of breakdowns. ADDRESS: USCG YARD 2401 HAWKINS POINT ROAD BALTIMORE, MD 21226 GOVERNMENT ACCEPTANCE: Acceptance will be made at destination by a Government representative. Acceptance will be contingent upon the representative's verification of no damage in transit, correctness and completeness of order.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/215b8e6f00bf471a96629e36d69bc456/view)
 
Place of Performance
Address: Curtis Bay, MD 21226, USA
Zip Code: 21226
Country: USA
 
Record
SN05924166-F 20210225/210223230112 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.