AWARD
W -- Leasing of two (2) 60 Ton Hydraulic Rough Terrain Crane, similar or equal to Tadano Model - TR-600XL-3
- Notice Date
- 5/31/2013
- Notice Type
- Award Notice
- NAICS
- 532412
— Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
- Contracting Office
- USACE District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
- ZIP Code
- 70160-0267
- Solicitation Number
- W912P8-13-T-0056
- Response Due
- 5/28/2013
- Archive Date
- 7/20/2013
- Point of Contact
- David Willis, (504) 862-2874
- E-Mail Address
-
USACE District, New Orleans
(david.willis@usace.army.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W912P8-13-P-0102
- Award Date
- 5/30/2013
- Awardee
- INDIAN EYES, LLC (190894845) <br> 2815 SAINT ANDREWS LOOP STE B <br> PASCO, WA 99301-9585
- Award Amount
- $125,820.00
- Line Number
- 0001, 0001AA, 0001AB
- Description
- 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. Solicitation Number W912P8-13-T-0056 is being issued as a request for quotes (RFQ). All quotes will be in a lump sum amount to cover any and all cost of the contractor per lease period. Quotes will be filled- in and submitted on the supplied Standard Form 1449 and must include pricing for optional item of six (6) month rental of equipment in the event that the equipment is needed longer than anticipated. The required Standard Form 1449 is viewable and downloadable via the ASFI link listed below and shall be returned by the date and time listed in block eight (8) of this form for consideration. This requirement is a 100% set-aside for Small Businesses under NAICS Code 532412 with size standards of $7.0 million dollars. This solicitation is for the leasing of two (2) 60 Ton Hydraulic Rough Terrain Crane, similar or equal to Tadano Model - TR-600XL-3 as outline in the attached Standard Form 1449. The equipment offered may be similar or equal to that described as long as the equipment performance, horsepower, reach, capacity, etc. are not compromised. Contractor will be responsible for all transportation, labor, and equipment for delivery and pickup for each lease periods for two (2) cranes at the U. S. Army Corps of Engineers job site(s): 1. One (1) crane delivered to 17th St Canal Old Hammond Hwy at Lake Marine Drive, New Orleans/Jefferson Line, LA 70124; 2. One (1) crane delivered London Avenue Canal, Leon C. Simon at Pratt Drive, New Orleans, LA 70124. The contractor will be responsible for all maintenance and scheduling of maintenance during the lease period to include all supervision, labor, materials, equipment, tools, etc. required to maintain cranes in full operational and usable conditions. The equipment shall be delivered in good operating condition, and ready for inspection and work prior to shipment. The vendor shall be responsible for all repairs incurred during normal operations and shall promptly provide replacement machinery of equal design specification, in the event that repairs cannot be performed in the field or require downtime in excess of 2 days and shall notify government or site representative. Any downtime due to inoperable equipment shall be added back to the end of the rental period or payment reduced by a daily rate that is in the government's best interest. The Government will be responsible for routine daily maintenance as required by the maintenance manuals to maintain the equipment in good working order. All repair or service required in the advent of or during a storm event or hurricane, will be considered an emergency and shall require an immediate response to repair or replace equipment. Each crane must be delivered to the established site at the beginning of each lease period with a full tank of fuel. Site personnel shall ensure each crane has a full tank of fuel before being returned to the vendor at the end of each lease period. All quotes are due 10am local time (CST) on May 28, 2013. The documents for this procurement will be posted on Army Single Face to Industry (ASFI). You can access these files from a link located on FedBizOps (www.fbo.gov). You will need the Adobe Acrobat Reader for pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in FedBizOps (www.fbo.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. To register, the CCR Internet address is: http://www.ccr.gov. The Contract Specialist for this solicitation is David Willis at 504-862-2874; or by e-mail david.willis@usace.army.mil. The last date questions will be accepted and replied to will be 10am (CST) May 24, 2013. All questions must be submitted via email to david.willlis@usace.army.mil. Any question received after this time will not receive a reply.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P8-13-T-0056/listing.html)
- Record
- SN03077331-W 20130602/130601000953-3733762cee492a0549fa28194f7ab98b (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 |