SOURCES SOUGHT
W -- Regional Bucket Truck Lease Rental
- Notice Date
- 6/25/2010
- Notice Type
- Sources Sought
- NAICS
- 532120
— Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008510R2810
- Response Due
- 7/12/2010
- Archive Date
- 7/13/2013
- Point of Contact
- Cheryle Johnson 757-341-0087Alisa Mahaffey 757-341-0090
- Small Business Set-Aside
- Total Small Business
- Description
- N40085-10-R-2810 REGIONAL BUCKET TRUCK RENTAL/LEASE The purpose of the contract is to provide Bucket Truck Rental/Lease services in support of NAVFAC Engineering Command, Mid-Atlantic (NAVFAC MIDLANT), Hampton Roads IPT geographical areas consisting of five Tidewater/Hampton Roads Sites, their satellite locations and within a fifty mile radius of those sites: Little Creek Site: Naval Amphibious Base Little Creek, Norfolk, Virginia. Sewell's Point Site: Naval Station Norfolk; Chambers Field, Norfolk, Naval Support Activity, Norfolk, Virginia. Oceana Site: Naval Air Station Oceana, Virginia Beach, Virginia; Fleet Training Center Dam Neck, Virginia Beach, Virginia; Fentress Airfield, Virginia Beach, Virginia. Portsmouth Site: Norfolk Naval Shipyard, Portsmouth, Virginia; Portsmouth Naval Hospital, Portsmouth, Virginia; St. Juliens Creek, Portsmouth, Virginia; Northwest Naval Station, Chesapeake Virginia; Craney Island, Chesapeake, Virginia. Peninsula Site: Naval Weapons Station Yorktown, Virginia Yorktown, Virginia; Cheatham Annex, Williamsburg, Virginia. This procurement is for a Single Award indefinite delivery-indefinite quantity (IDIQ) contract. The contract is for one (1) base year, four (4) one year option periods. Only the base period of the contract will offer a minimum guarantee of $5,000.00. If the Government does not award a follow on contract in time, the Government may require the Contractor to continue performance for an additional period up to six (6) months under the Option to Extend Services clause. The Contractor shall prepare all equipment for service prior to delivery to the Government. The preparation shall include but not be limited to all maintenance as set forth in the manufacture's recommended equipment pre-service procedures. Equipment shall have all decals, warnings, lifting specification plate, and instructions affixed on the vehicle. The Contractors name and identification number shall be installed on each piece of equipment and be readable from 100 feet away. Each vehicle shall have a complete operational check prior to delivery. The Contractor shall deliver equipment within 24 hours of the order being placed unless delivery is requested at a date and time beyond the 24 hour time frame. All equipment shall be certified and weight tested in accordance with OSHA standards. The Contractor shall provide regular on site preventative maintenance in accordance with the equipment manufacturer's recommendations for all equipment under long term use by the government. The Contractor shall be responsible for all repairs to non functioning equipment. Any repairs beyond a minor nature shall be done at the Contractors repair facility. If repairs can not be completed within 8 hours of notification a replacement unit of the same type and capacity shall be provided at no additional cost to the Government. Procurement Method: Streamlined Procedures for Evaluation/Solicitation for Commercial Items. The Solicitation utilizes the Lowest Price/Technically Acceptable Source Selection Procedures which require offerors to submit a technical proposal, corporate experience, past performance, safety and a price (or cost) proposal for evaluation by the Government. This is a new procurement. It does not replace an existing contract. No prior contract information exists. The proposed contract listed here is 100 percent small business set-aside. The Government will only accept offers from small business concerns. Offerors can view and/or download the solicitation, any attachments, at https://www.neco.navy.mil when it becomes available. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGE. All prospective contractors are requird to register in the Central Contractor Registration (CCR) database. Failer to register in the CCR database will make an offeror ineligible for award. Offerors may obtain information on registration and confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008510R2810/listing.html)
- Record
- SN02188569-W 20100627/100625234854-5bb378a158411acf387ee72f67b8aeca (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 |