Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 26, 2001 PSA #2965
SOLICITATIONS

38 -- LEASE OF HEAVY CONSTRUCTION EQUIPMENT

Notice Date
October 24, 2001
Contracting Office
Department of the Air Force, Pacific Air Forces, 3rd Contracting Squadron, 10480 22nd Street, Elmendorf AFB, AK, 99506-2500
ZIP Code
99506-2500
Solicitation Number
F65501-02-R-0002
Response Due
November 15, 2001
Point of Contact
Alfredia Tyler, Contract Administrator, Phone 907-552-4146, Fax 907-552-7496, Email tyleram@elmendorf.af.mil
Description
IMPORTANT NOTICE: AWARD OF THIS SOLICITATION WILL BE BASED ON AVAILIBILITY OF FUNDS. IF FUNDS ARE NOT MADE AVAILABLE BY 30 JAN 02, THIS SOLICITATION SHALL BE CANCELLED. The Standard Industrial Classification (SIC) Code is 7353. The NAICS Code is 532412. Elmendorf AFB, Alaska has a requirement for the provision of the following Leased Construction Equipment and the repair, training, maintenance and emergency repair of Leased Construction Equipment (See the Statement of Work below). The requirement is for a base year and four one-year options. The NAISC code is 532412, size standard $5M. The solicitation or Request for Quote (RFQ), F65501-02-R-0002, will be issued as Firm-Fixed Price, Indefinite Delivery contract. Non-Personal Services: The contractor shall provide all transportation, equipment, labor, supervision and materials to provide the leased equipment for Hemlock Bay Annette Island, Alaska. The minimum needs of the government are as follows: CLIN 0001, Two (2), Single Drum Vibratory Compactor with an Elliot Grid, MFR: Pro Pac, Model: SD-150D or Equal. CLIN 0002, One (1), Soil Compactor, Model 825C or Equal. CLIN 0003, Four (4), Air Track Drill Compressor, MFR: Ingersoll-Rand, Model: EMC350 or Equal. CLIN 0004, Two (2), Self-Contained Track Drill, Ingersoll-Rand, Model: EMC370 or Equal. CLIN 0005, Two (2), 50 Ton Hydraulic Excavator, MFR: Hitachi, Model: EX400LC or Equal. CLIN 0006, Five (5), 35 Ton Hydraulic Excavator, MFR: Hitachi, Model: EX330LC or Equal.. CLIN 0007, Five (5), Articulated Hauler, 30 Ton Quarry Truck, MFR: Volvo, Model: A25C or Equal. CLIN 0008, One (1), Backhoe, Model: JCB Series 215-4WD or Equal. The equipment for the Base year is needed from 11 April 2002 until 11 September 2002. One (1) item Drill in CLIN 0003 and Two (2) items in CLIN 0006 are needed 11 March 2002 until 11 September 2002. Additional equipment may be needed is listed as follows: CLIN 0009, One (1), Drill, Self-Contained Hydraulic, MFR: Ingersoll-Rand, Model: ECM490 or Equal. CLIN 0010, One (1), Portable Cone Plant (Rock Crusher), MFR: Cedar Rapids, Model: 1316 or Equal. Type of rock being crushed: TRONDHJEMITE GRANITE (QUARTZ DIORZTE). The government shall provide at least a 30-day notice for the provision of any additional equipment or the turn-in of any equipment not needed for the current construction season. The RFQ will be issued on or about 30 Oct 01 with a closing date on or about 15 Nov 01. Contractors providing or equals must provide specifications for consideration. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR Internet web site is http://www.ccr2000.com. Upon issue, the solicitation will be available on the Internet at the Electronic Posting System (EPS) web site, which is at the following address: http://eps.satx.disa.mil or http://FedBizOpps.gov. All responsible sources may submit a written quote, which shall be considered. Please note that paper solicitation will not be issued, and all documents related to this acquisition will be posted on EPS. It is recommended that all interested sources register for this solicitation number, F65501-01-R-0002, through EPS to ensure they automatically receive all updated documents to this requirement as they are posted. See Number Note(s): 26 Vendors capable of providing all of the described equipment and services are invited to submit a RFQ to 3 CONS/LGCB, 10480 22nd Street, Elmendorf AFB, AK 99506, to Ms Alfredia Tyler at (907) 552-7496 or email address: Alfredia.Tyler@elmendorf.af.mil at/or before 1530 hours Alaska Time, 09 NOVEMBER 2001. STATEMENT OF WORK 1. SCOPE OF WORK. The contractor shall be responsible for training the Joint Forces Engineering Component (JFECC) operators and maintenance personnel on all functions, operations and daily routine maintenance of the equipment. Non-personal services: The contractor shall provide all labor, parts, tools, material, facilities, personnel, equipment, supervision, and any other items and/or services necessary to provide leased heavy construction equipment. In addition, the contractor shall provide all necessary recurring/non-recurring service and maintenance of equipment described in schedule at Hemlock Bay, Annette Island, Alaska in accordance with all terms and conditions as set forth herein. Towing or recovery of broken vehicles shall be included at no additional cost. Equipment will be delivered on 11 Mar 02 to Hemlock Bay, Annette Island, Alaska. Training shall be conducted on-site during the first five days of equipment arrival. 2. All maintenance performed by the contractor shall be conducted on-site at Annette Island, Alaska. The maximum acceptable down time for maintenance of equipment is 24 hours. If repairs are not made within 72 hours of breakdown a credit for the downtime or an acceptable replacement will be provided. =20 3. Emergency Equipment Repairs: Emergency Equipment Repairs: Repairs caused by other than normal wear and tear of the leased equipment. Repairs will be coordinated between the JFECC, Contracting Officer, and vendor. Repair parts will be received within 48 hours of ordering. The contractor shall be reimbursed for all labor, parts, and transportation at the contractor?s cost, not to include contractor overhead, G&A, and/or profit. The first three measurements of 15/32d tire wear will be the responsibility of the contractor. The first half-inch in bucket wear will be the responsibility of the contractor. Paint chips will be considered normal wear and tear. Emergency repairs will be accomplished via Blanket Purchase Agreement. 4. The cost for any extended lease period shall be prorated using the vendor?s monthly rate from the schedule.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/PAF/3CS/F65501-02-R-0002/listing.html)
Record
Loren Data Corp. 20011026/38SOL001.HTM (D-297 SN5114Q3)

38 - Construction, Mining, Excavating and Highway Maintenance Equip. Index  |  Issue Index |
Created on October 24, 2001 by Loren Data Corp. -- info@ld.com