Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2006 FBO #1567
SOURCES SOUGHT

W -- Construction Equipment Rental IDIQ Contract for Sam Rayburn Project Offices which includes the Sam Rayburn and Town Bluff Lake Offices (Jasper, Tyler, Angelina, San Augustine, Sabine, and Nacogdoches counties)

Notice Date
3/10/2006
 
Notice Type
Sources Sought
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-06-R-TWBL
 
Response Due
3/21/2006
 
Archive Date
5/20/2006
 
Small Business Set-Aside
N/A
 
Description
Point of Contact for this project is Barbara Giddens, Contract Specialist (817) 886-1065. This is a SOURCES SOUGHT SYNOPSIS. No proposals are being requested or accepted with this synopsis. The U.S. Army Corps of Engineers  Fort Worth District, has been tasked to solicit for and award a contract for construction equipment rental with operator for various locations around Sam Rayburn and Town Bluff Lakes Texas, including equipment, personnel, supplies, fuel, maintenance, and supervision to perform Equipment Rental tasks and associated activities in accordance with contract terms and individual specification descriptions, as ordered by individually issued task orders executed by the Contracting Officer and/or his Representative. The proposed contrac t is an Indefinite Delivery/Indefinite Quantity contract, issued for a one-year Base Period and four, one-year Options. Option Year unit prices will be based on the Economic Price Adjustment Factor, (Construction Cost Index), as published by ENR Magazine, and applied to the Base Period unit prices. Performance and Payment Bond requirements shall be in accordance with FAR 52.228-15, as stated in the current issue of Federal Acquisition Regulation. The previous contract was awarded for five (5) year period in the form as stated above, however, the type of solicitation to issue will depend upon the number and content of responses. The Government must ensure there is adequate competition among the pote ntial pool of contractors, which is the purpose of this sources sought synopsis. The intent is to issue a solicitation on an Unrestricted basis, unless a determination may be made that there is a reasonable expectation of receiving offers from at least two responsible HUBZONE, 8(a), or Service-Disabled Veteran-Owned Small Business (SVOSB) concerns and award may be made at fair market price. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. Contractor shall make available for rental to the Government, either singly or in multiples, the equipment indicated complete with skilled operators, in accordance with contract specifications. All equipment shall be in condition to render efficient, econ omical, and continuous service. A partial listing of the required rental equipment includes but is not limited to; Tractor/trailer lowboy minimum of 25 ton capacity with operator for transporting government owned equipment and supplies; Dump Truck - 14 yd . Capacity tandem axle/with operator; Motor Grader  self-propelled ten foot (10 foot)Moldboard, with scarifier/with operator. (503 Galion or equal); Bulldozer  Crawler/Tractor type, minimum eight foot (9 foot) blade, with angle and tilt control, all hyd raulically controlled/with operator; (450 John Deere or equal); Bulldozer  Crawler/tractor type, with rear mounted winch/with operator. (Cat D6-H or equal); Front End Loader, wheel type hydraulic, minimum eighty-five (85) H.P./with operator (Cat 916 or eq ual); Front End Loader, Wheel type, with backhoe, minimum sixty (60) H.P./with operator; (Cat 416 or equal); Front End Loader, Wheel type, with backhoe, with pavement breaker minimum sixty (60) H.P./with operator; (Cat 416 or equal); Excavator, (Trackhoe)/ with operator, (Kamatso PC 220 LC-5 or equal); Tractor skid Steer, with front bucket, and 12 inch hole drilling attachment, capable of drilling 5 foot(bobcat/uniloader) with operator; Road Broom  Self Propelled/with operator, (Walden Sweepmaster or equal. Working Conditions: Works inside and outside in varying degrees of temperature depending on work requirements. Works in mud and water as required. Subject to such hazards as working around moving machinery, working over water, working in cramped quarter s, working on ladders, scaffolding, slippery or uneven surfaces, both above and below ground level. May be exposed to excessive nois e, dust, silica, fumes, smoke, gases, solvents, grease, oil, and electrical equipment. MAY BE EXPOSED TO POISONOUS REPTILES, PLANTS, OR INSECTS. Interested contractors should anticipate some periods of contract inactivity, as well as issuance of multiple Task Orders for simultaneous performance at single or multiple lake locations throughout the life of the contract. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 532412, Commercial and Institutional Building Construction. Small Business Size Standard for this acquisition is $6.5 Million. Federal Supply Code is Y299, Construction/All other non-building facilities. The estimated construction magnitude of construction cost is between $1,000,000 and $5,000,000. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the contract work with his/her own employees. Prior Government contract work is not required for submitting a response under the sources sought synopsis. All construction performance must be in compliance with U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1, and must comply with all federal, state, and local laws, ordinances, codes, and regulation s. Award will be based on overall Best Value to the Government. Anticipated solicitation issuance date is on or about 4 April 2006, and the estimated proposal due date is on or about 3 May 2006. The official Synopsis citing the solicitation number, and inviting Offerors to register electronically to receive a copy of the solicitation when it is issued, is anticipated to be available on or about 4 April 2006. Offerors response to this Synopsis shall be limited to 5 pages and shall include the following i nformation please: Offerors name, address, point of contact, phone number, and e-mail address. Contract interest: Offerors lack of interest in this type contract, if applicable, with comments explaining the disinterest, or suggestions which would cause th e solicitation to be appealing. Offerors positive interest in this type contract, with suggestions for possible improvements, if necessary. Offerors capability to perform a contract of this geographic span and logistic complexity (include offerors in-hous e capability to execute comparable work performed within the past 5 years  brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project). Offerors business size, as to employees and equ ipment. Offerors bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) Interested Offerors shall respond to this Sources Sought Synopsis no later than 4:00 PM (CST) 21 March 2006. Mail, fax or email your response to Barbara Giddens, Contract Specialist, USAED-Ft. Worth District, ATTN: CESWF-CT-C, P.O. Box 17300, 819 Taylor Street, Room 2A19, Fort Worth, Texas 76102-0300, FAX No. (817) 886-1065, Email address: Barbara.J.Giddens@s wf02.usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN01004366-W 20060312/060310212644 (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.