Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 23, 2021 SAM #7144
MODIFICATION

W -- CAAA Demo Pond Equipment Rental

Notice Date
6/21/2021 2:28:36 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008521Q0136
 
Response Due
7/6/2021 11:00:00 AM
 
Archive Date
07/21/2021
 
Point of Contact
Cassandra Christine Hines, Phone: 8128541505, Carrie Grimard, Phone: 8128546641
 
E-Mail Address
cassandra.hines@navy.mil, carrie.grimard@navy.mil
(cassandra.hines@navy.mil, carrie.grimard@navy.mil)
 
Small Business Set-Aside
HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A REQUEST FOR QUOTATION, (RFQ), FOR CAAA DEMO POND EQUIPMENT RENTAL AT NAVAL SUPPORT ACTIVITY, CRANE, INDIANA.� 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; proposals are being requested and a written solicitation will not be issued.� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88.� The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition.� In accordance with FAR 5.102 availability of this solicitation is limited to the electronic medium and the Government will NOT provide copies. The official plan holders list will be maintained and can be printed on the website only.� �Any subsequent amendments will be posted to the website for viewing and downloading. �It is the offerors responsibility to periodically check the website for amendments.� All prospective offerors are strongly encouraged to register on the website.�� All contractual and technical questions shall be submitted to Cassandra Hines via e-mail at cassandra.hines@navy.mil.� Solicitation # N4008521Q0136 is for a lump sum firm-fixed price (FFP) contract for CAAA Rental Equipment for Demo Pond Sediment Removal. �The term of the contract is a base period of twelve (12) months and four (4) 12-month option periods to be exercised at the Government�s discretion.� Total term of the contract will not exceed 60 months. For the base year, equipment must be delivered on 15 July 2021 and picked up on 10 September 2021. The equipment shall be delivered to Naval Support Activity Crane, Indiana, Building 3244 Demolition Range, no later than 9:00 AM EST on Thursday, 15 July 2021. �The rental period shall run through Friday, 10 September 2021. Contractor shall pick up equipment on Friday, 10 September 2021 at Building 3244 Demolition Range at the conclusion of the rental period. FOB is destination. For option years 1-4, delivery of equipment will be approximately 01 July of each year and picked up approximately 31 August each year. The exact date and time rental equipment is needed onsite will be determined when the notification for the option is sent for each subsequent year. Rental equipment to be provided is: ����������� 1. Three articulated off road dump trucks with end gates with a minimum capacity of 31 tons ����������� 2. One wide high track dozer with minimum 150 HP and min operating weight of 40,000 # ����������� 3. One track hoe with a 268 HP and minimum operating weight of 79,700 # a 54� general��purpose bucket, and a 72� ditching bucket Cost of this equipment shall include unlimited operating hours, delivery, pickup and insurance for the duration of the rental for each piece of equipment provided. The equipment shall be free from damage and in good operating condition when delivered. The Government will be responsible for normal, routine preventive maintenance while the equipment is on-site as well as damage caused by the government operators. The contractor is responsible for all other repairs. Normal wear and tear should be expected by the contractor. The government will provide all fuel, oil, and similar items while the equipment is on-site. The Government will evaluate quotations based on price only. �Offerors shall complete and submit the attached price sheet which contains pricing for the base period and the four option periods.� The Government will evaluate price based on the total price.� Total price consists of the basic requirements and all option items (ELINS 0001, 0002, 0003, 0004, and 0005). � Document is titled �Price_Sheet_21Q0136�. �The pricing summary sheet shall contain the complete company name, date, and shall be signed by an authorized company official.� Contractor pricing shall be valid for no less than 30 calendar days after the day the offers are due.� In addition to submitting a lump sum firm fixed price, offerors shall submit the following responsibility determination items:� (1)� In order to show the offeror� s ability to obtain adequate financial resources to support this project, the offeror shall submit a letter from a bank or other financial institution stating their available line of credit and that their accounts are in good standing; and (2)� Past Performance information which is a minimum of two (2) and a maximum of three (3) projects for rental/lease of equipment similar to that required in this solicitation.� Provide name of agency/company that rented/leased the equipment with a current point of contact with valid e-mail address or phone number, description of the equipment leased/rented, dates equipment was leased/rented, award amount, final price, and indicate if the offeror was the prime contractor, subcontractor, or joint venture. The procurement is solicited as a Historically Underutilized Business Zone (HUBZone) small business set-aside.� The NAICS Code for this solicitation is 532412, Construction Machinery and Equipment Rental and Leasing.� The Small Business Size Standard is $35,000,000.00.� PSC:� W038. The Government intends to award a firm fixed-price, lump sum contract based on price only.� The proposed cost shall include delivery, pickup, unlimited operating hours, and insurance for duration of the rental.� Analysis will be performed by one or more of the following techniques to ensure a fair and reasonable price: Comparison of proposed prices received in response to the RFQ. Comparison of proposed prices with the IGCE. Comparison of proposed prices with available historical information. � The apparent successful offeror must be registered in the System for Award Management (SAM) database prior to quote submittal at http://www.beta.sam.gov.� Registration in SAM is free. Offerors not already registered in the SAM database will not be eligible �for award. � The following provisions and clauses are applicable: � FAR 52.208-4, Vehicle Lease Payments (Apr 1984) FAR 52.208-5, Condition of Leased Vehicles (Apr 1984) FAR 52.208-6, Marking of Leased Vehicles (Apr 1984) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 2015) FAR 52.212-2, Evaluation � Commercial Items (Oct 2014) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Apr 2016) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2015) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2015); *Includes: *FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) *FAR 52.232-33, Payment by Electronic Funds Transfer -- System for Award Management (Jul 2013) FAR 52.217-5 Evaluation of Option (Jul 1990) FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) FAR 52.228-8, Liability and Insurance -- Leased Motor Vehicles (May 1999) NOTE:� Insurance must be received PRIOR to delivering equipment. DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) � Quotes are due no later than 2:00 PM EST on Tuesday, 06 July 2021.� Quotes along with all additional requirements shall be sent electronically to Cassandra Hines at Cassandra.hines@navy.mil and Cassandra.c.hines.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/afaa70ea0b6d48ddb7cda658ca817234/view)
 
Place of Performance
Address: Crane, IN 47522, USA
Zip Code: 47522
Country: USA
 
Record
SN06036850-F 20210623/210621230110 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.