SOLICITATION NOTICE
W -- Lease of Digger Derrick Truck
- Notice Date
- 8/2/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532412
— Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC, ROICC CAMP LEJEUNE Naval Facilities Engineering Command, Mid-Atlantic 1005 Michael Road Room 20 Camp Lejeune, NC
- ZIP Code
- 00000
- Solicitation Number
- N4008512Q0022
- Response Due
- 8/17/2012
- Archive Date
- 9/1/2012
- Point of Contact
- Ericka Bishop 910-451-2582 ericka.j.bishop@navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- OICC Camp Lejeune intends to award a Firm-Fixed Price (FFP) type contract for lease of Digger Derrick Truck at Marine Corps Base Camp Lejeune, NC. This is a combined synopsis/solicitation for a commercial lease. The procurement is prepared and conducted in accordance with the format presented in FAR Subpart 12.6 and 13.5, as well 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 number is N40085-12-Q-0022 and is issued as a Request for Quotations (RFQ). This incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-22. The NAICS code for this requirement is 532412 and the small business size standard is $7.0M. This RFQ is set-aside for small business. Proposals are due by 1400 EST 17 August 2012. Proposals are to be submitted to: OICC CAMP LEJEUNE ATTN: ERICKA BISHOP 1005 MICHAEL ROAD CAMP LEJEUNE, NC 28547 Or, ericka.j.bishop@navy.mil Proposals received after the required time will be considered late and handled in accordance with FAR 52.212-1(f). Proposal Submission: A complete proposal will consist of the followings items completed, signed if applicable, and returned: Proposal pricing, provided in a per month basis, for the period of 12 months, and one option period of 12 months Completed Offeror Representation and Certifications; ORCA preferred Any amendments, signed A statement that the contractor fully meets the requirements of this request for proposal. Please direct questions or comments to Ericka Bishop at ericka.j.bishop@navy.mil GENERAL INFORMATION This is a single award, firm fixed price (FFP) type contract for leasing of a digger derrick truck for a period of 12 months with one (1) option period of 12 months at Marine Corps Base Camp Lejeune, NC. TERM OF CONTRACT The contract shall continue in effect for a period of one (1) year after the date of award, with the Government s unilateral right to exercise the option period in accordance with FAR 52.217-9. The period of performance is 9 September 2012 through 8 September 2013. PLACE OF DELIVERY The vehicle shall be delivered to Building 1005 at Marine Corps Base Camp Lejeune, Jacksonville, NC. TIME OF DELIVERY The Contractor will deliver vehicle to the requested destination not later than 9 September 2012. VEHICLES SPECIFICATION The follow specification is for one hydraulic rotating digger derrick with a boom tip winch and utility body with bins for tool s & retrieval. The vehicle may be any make or model, but must be no older than a 2010 model year. The digger derrick should have the following chassis specification or comparable. Comparable items must be highlighted for the Government s approval. 33,000 lbs. GVWR Wheel Base 194 , CA 120 , axle to frame 100 13,200 lb capacity front axle 21,000 lb capacity rear locking axle Diesel Engine Automatic Transmission Required Features: 60 long x 2 5/8 hex auger shaft with Auger adjustment holes Pedestal and Turntable Dual Lift Cylinders Steel Lower Boom Steel Intermediate Boom Fiberglass Hydraulic Upper Boom Boom Interlock Continuous and Unrestricted Rotation Hydraulic system Load chart stating actual lifting capacity. Boom-angle Indicator Boom Tip winch Including transferable Pole Buddy Assembly Pole Guide for Transferable Pole Buddy Electrical Mini-box system Electric collector ring 4-conductor Full length subframe for 120 CA chassis Tie down kit Extra Heavy duty A-frame outriggers Heavy Duty A-frame outriggers Controls for 2-sets of Outriggers and Auxiliary tool outlets below rotation (Diggers) Frame and floor with installation of subframe and outriggers 1 recessed 7-lamp light bar at rear of truck Tail shelf 24 long with 12-guage treadplate top and smooth sides Installation & Accessories Derrick shall be installed on the rear of the cab or over rear axle and shall have all associated components installed Fill with hydraulic oil for general purpose use 6 prong trailer socket Back-up alarm Remote engine stop/ start control from rear of vehicle Wired-Rite system for chassis DOT inspection Set chassis parameters Rigid type perf-grip stirrup step Auger Storage Bracket, up to 24 with chain, 16.5 tall (4) laminated wood outrigger pad 24 x 24 x 2 with rope or rubber handle (4) Outrigger pad storage brackets (2) cable type gripstrut stirrup step 15 ton pintle hook ICC rear bumper (1) pair of mud flaps 18 auger with steel blade teeth, 60 of 5/16 flighting and 2 5/8 hex bushing. Roll up dish and cable pin welded in place and auger painted black 1 1/8 x 100 , 2 in 1 braid rope, uncoated, 2 eyes 1 safety kit to include: o5 lb fire extinguisher oTriangle reflector kit EXCESS MILEAGE CHARGES There are no excess mileage charges on this contract. SAFETY STANDARDS Each vehicle furnished shall comply with the Federal Motor Vehicle Safety Standards (49 CFR 571) and applicable state safety regulations. MARKING OF LEASED VEHICLES Activities may place non-permanent markings or decals on motor vehicles leased under this contract. Activities shall normally use U.S. Government license plates on the front and rear of the vehicle to identify vehicles by USN registration number. OPERATION AND MAINTENANCE The Government shall maintain the vehicle in normal operating condition. Maintenance and service will be performed by the Government in accordance with the manufacturer's specifications. Basic warranty repair items noted during the warranty period will be referred to an authorized dealer for resolution. The Government will furnish all gasoline, oil, and tires according to the manufacturer s specification and shall perform any and all other maintenance or service desired which is not specifically the obligation of the Contractor. REPAIRS The Contractor is responsible for all repairs to the vehicle beyond the operation and maintenance detailed above. The vehicle may be down for repairs for 72 hours. If the vehicle will be out of the Government s possession for more than 72 hours, the Contractor shall provide a replacement vehicle for the Government s use at no cost to the Government. GOVERNMENT ACCEPTANCE AND/OR REJECTION OF VEHICLES The activity, or its agent at port of embarkation, will accept or reject vehicle within two (2) work days after receipt. If the receiving activity determines that the vehicle furnished is not in compliance with the contract, the contractor shall be notified in writing within two (2) work days via the Contracting Officer. If the contractor fails to replace the vehicle or correct the defects, the government may (a) by contract, or otherwise correct the defect, or arrange for the lease of a similar vehicle and shall charge or offset against the contractor any excess costs occasioned thereby, or (b) the Government may terminate the contract under the default clause. WARRANTY The warranty provisions are to be the manufacturers' standard warranty for new vehicles as set forth in Federal Standard 122AU and 307AF. The contractor shall provide a suitable replacement for any vehicles having major warranty problems/repairs. Replacement vehicles will be provided upon request at no additional cost to the activity; however, the contractor is not required to provide a replacement vehicle for the first 72 hours after notification by the activity that the vehicle is out of service. If a vehicle is required to be replaced in lieu of repaired, then the Contractor shall be responsible for all shipping costs involved for the delivery and return of vehicles to the using activity, including foreign users. RETURN OF VEHICLES The contractor shall arrange to meet with the activity within 10 working days of expiration of the lease to complete a joint vehicle inspection/appraisal. The appraisal must be completed five (5) working days prior to expiration of the lease and prior to removal from Government custody. The activity will assume full responsibility for reconditioning the vehicles, at its expense, excluding normal wear and tear as defined below. The Government will not be responsible for damages not listed on the appraisal report. The Contractor is responsible for picking-up the vehicle and all associated costs. For purposes of the lease, normal wear and tear is defined as those dents, dings, paint chips, scratches, pitted but not cracked windshields, and interior wear such as soiled carpets and seats normally accrued to a motor vehicle over a period of 12 to 36 months use in both rural and metropolitan areas. In any event, the activity's liability for reconditioning vehicles acquired as a result of this schedule shall be limited to replacement of glass and exterior trim, repair to body damage attributable to collision only, and to interior damage such as cut, torn, burnt materials, as well as mechanical repairs. EMISSIONS CONTROLS (DOMESTIC) Vehicles and engines shall comply with the regulations of the Environmental Protection Agency governing control of air pollution from new motor vehicles and new motor engines in effect on the date of manufacture. MAINTENANCE MANUALS The vehicle shall contain a set of owner/operator's manuals. ACCIDENTS AND THEFT The Government will notify the contractor within three (3) working days of accident/theft and will arrange for repairs of accident damage, including damage sustained to a stolen vehicle during the period prior to recovery. The contractor may be required to provide a replacement vehicle during the period the vehicle is out of service, at the expense of the Government and at the current lease rate. If the vehicle is damaged beyond repair, or not recovered within 30 days after the date of the theft, the Contractor will be reimbursed the residual value of the vehicle based on the average of the wholesale and retail price as listed in the current monthly edition of the NADA used car book at the time of the theft/accident in full satisfaction of any and all liabilities under this contract, less all monies received from the salvage or other disposition of vehicle. Upon reimbursement for the residual value of the vehicle, the Government will be relieved of any further liability under this contract and will terminate the remainder of the lease for the vehicle by modification to the task order. The accrued lease cost for the month in which the accident/theft occurs shall be determined on a pro rata basis for such month. LIABILITY AND INSURANCE The government shall be responsible for loss of or damage to: (1) Leased vehicles, except for normal wear and tear or damage caused by the negligence of the Contractor, its agents or employees; and (2) property of third persons, or the injury or death of a third person if the government is liable for such loss, damage, injury, or death under the Federal Tort Claims Act (28 USC 2671.2680). TYPE/MANUFACTURE OF VEHICLES PROVIDED All vehicles shall be American made. VEHICLE COLOR/FINISH All vehicles shall be the manufacturers' standard exterior paint and colors.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CL/N4008512Q0022/listing.html)
- Place of Performance
- Address: MCB Camp Lejeune, Jacksonville, NC
- Zip Code: 28547
- Zip Code: 28547
- Record
- SN02825271-W 20120804/120803000946-bd41d59371132f02ee39a2b1c349dc50 (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 |