Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 26, 2016 FBO #5237
SOURCES SOUGHT

W -- FORKLIFT AND MANLIFT EQUIPMENT RENTAL AND MAINTENANCE SERVICES

Notice Date
3/24/2016
 
Notice Type
Sources Sought
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment 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
N4008516R2223
 
Response Due
4/8/2016
 
Archive Date
4/23/2016
 
Point of Contact
Darlene H. Tucker
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION OR SPECIFICATIONS AVAILABLE AT THIS TIME. This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources prior to issuance of the Request for Proposal (RFP). The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, VA is seeking to identify eligible small business firms capable of providing all labor, management, supervision, tools, material, and equipment required to provide Forklift and Manlift Equipment Rental and Maintenance Services for various locations in Hampton Roads Virginia. The Contractor shall provide services at the following locations: 1) Naval Station, Norfolk, Virginia 2) Joint Base Little Creek / Fort Story, Norfolk VA., Virginia Beach, Virginia 3) Naval Air Station Oceana, Virginia Beach, VA. Including Dam Neck Naval Training Center, Virginia Beach, Virginia 4) Naval Weapons Station Yorktown, York County, VA. Including Cheatham Annex, Williamsburg, Virginia 5) Norfolk Naval Shipyard, Portsmouth, VA. Including Portsmouth Naval Hospital, and St. Julians Creek Annex, Portsmouth Virginia Includes any locations within a 50-mile radius of above. The exact locations will be indicated in each Task Order by the Contracting Officer or DOD Emall Order. Naval Facilities Engineering Command, Mid-Atlantic is seeking Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, certified 8(a) Small Disadvantaged Businesses, certified 8(a) Woman-Owned Businesses, and Small Businesses with current relevant qualifications, experience, personnel and capability to perform this proposed project. All Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Business, certified 8(a) Small Disadvantaged Businesses, certified 8(a) Woman-Owned Businesses and Small Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether an 8(a), HUBZone Small Business, or Service Disabled Veteran Owned Small Business Set-aside is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses of this synopsis will be used to aid in establishing small business subcontracting goals. The successful Contractor shall provide personnel with the qualifications, technical knowledge, experience and skills required for efficient operation, maintenance and repair within the BSVE function. Records and reports will be listed in Section F of the solicitation. The Contractor shall submit accurate and complete documents within the required timeframes. Within 15 days following award/annually, the Contractor shall provide Evidence of Permits and Licenses for each forklift to be provided. Refueling restraints require only diesel, gasoline and battery power as fuel types. Fork lengths and maximum lift heights are based on Industry Standards for the Appropriate Lift Capacity. Government owned forklift recharging units at Cheatham Annex, are industry standard, requiring standard outlets and plugs to be used for electric forklifts 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. Delivery shall be during regular Government working hours. The Contractor shall deliver to the location specified by the Contracting Officer. All equipment shall be certified and weight tested in accordance with OSHA standards. Written proof of all records of required safety and weight testing shall be forwarded to the Contracting Officer upon delivery of equipment. The Contractor shall maintain all records of safety and weight testing and shall keep all equipment certified on a regular schedule. The Contractor shall provide regular preventative maintenance for all equipment. Preventative maintenance shall be in accordance with the equipment manufacturer ™s recommendations. The date, time and location preventative maintenance is performed shall be coordinated with the activity currently using the equipment. The Contractor shall be responsible for all repairs to equipment. The contract shall be on site within four (4) hours of notification of a breakdown. Only the most minor repairs are to be made on site. Splicing a broken wire would be considered a minor repair. Any repairs required beyond a minor nature shall result in the Contractor providing a replacement unit of the same type and capacity, at no additional cost to the Government. A replacement unit shall be an acceptable alternative to even minor on site repair. Delivery and pick up required as a result of equipment breakdown shall be at no cost to the Government. Government employees will operate equipment and will be responsible for normal operational type services including fueling, adding battery water, engine oil and water, and hydraulic fluids. The Government will be responsible for any fluid spills during operational checks. These services will be performed in the manner prescribed by the equipment manufacturers recommended operations and maintenance instructions. The leased equipment may be exposed to an environment of salt air, blowing sand, sand blasting grit, dust, water, sand blasting residue, paint overspray and other hazards of an industrial environment. The leased equipment may be subject to use during multiple shift operations and during critical operations, may be in use twenty four (24) hours per day for a period of time. The total rental cost for equipment shall be the line item bid rate. The most advantageous rate or combination of rates to the Government shall apply. Example: If the indicial rental is at the daily rate and the equipment is kept for six days -- if the weekly rate (7days) is less than the daily cost for six days, then the weekly rate shall apply to the rental. Equipment will be used by multiple operators and may be used on more than one shift. The Government shall have the equipment available for its use for an entire 24 hour period, for each rental day, from delivery until the Government calls the Contractor to pick up the equipment. The Government shall have the equipment available for its use for an entire seven days, for each rental week, from delivery until the Government calls the Contractor to pick up the equipment. Government shall have the equipment available for its use for an entire thirty days, for each rental month, from delivery until the Government calls the Contractor to pick up the equipment. An Indefinite Delivery-Indefinite Quantity (IDIQ) type contract is anticipated. The Non-Recurring work may be ordered utilizing DOD EMALL or on a Task Order, on a need basis. The order will specify the exact locations and type of rental/work to be accomplished. The proposed requirement will be for a base period with four, one-year option periods, which cumulatively will not exceed sixty (60) months. The anticipated contract award date for these services is 01 June 2016. The North American Industry Classification Standard (NAICS) code for this procurement is 532490 with a small business size standard of $32.5million. SUBMITTAL REQUIREMENTS: It is requested that interested Small Businesses capable of providing these services submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. The capability package must be complete and sufficiently detailed to allow the Government to determine the firms qualifications to perform the defined work. PAGES IN EXCESS OF THE 10 PAGE LIMIT WILL NOT BE CONSIDERED. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. The documentation shall address, at a minimum, the following: COMPANY PROFILE to include: 1) Company name and address; 2) Year the firm was established and number of employees; 3) Names of two principals to contact (including title, telephone and fax numbers and email addresses); 4) Small Business designation/status (e.g., 8(a), HUBZone, SDVOSB, etc); 5) DUNS number; 6) CAGE Code. RELEVANT EXPERIENCE to include experience in performing efforts of similar value, size, and scope within the last five (5) years. The following Government or commercial information shall be provided for each of your references: (1) Contract Number and Project Title; (2) Name of Contracting Activity; (3) Administrative Contract Officerà ‚¬ s Name, Telephone Number and Email; (4) Contracting Officerà ‚¬ s Technical Representative or Primary Point of Contact, telephone and email; (5) Indication of whether your firm acted as a prime or subcontractor, (6) Contract Period of Performance and Contract Value, (7) Brief summary of work performed and how it relates to the technical services described herein. Additional information related to this procurement will be available once the specifications are available in electronic format only on www.neco.navy.mil website. The Government reserves the right to request additional information as needed, from any and all respondents. The information must be complete and sufficiently detailed to allow the NAVFAC team to determine the firm ™s qualifications to perform the defined work. Please provide on 8 ½ by 11-inch standard paper and limit number of pages to 10 (including all attachments). Interested parties shall submit responses via email in Microsoft Word format to darlene.tucker@navy.mil, Contract Specialist, or telephone no. (757) 341-0093. RESPONSES ARE DUE NLT 2:00 PM EST ON FRIDAY, 08 APR 2016. LATE RESPONSES WILL NOT BE ACCEPTED. THE PACKAGE SHALL BE SENT TO: a. If mailed via U.S. Postal Service:: Commander Naval facilities Engineering Command, Mid-Atlantic ATTN: Darlene H. Tucker Acquisition Core Building Z-140, Room 114 9324 Virginia Avenue, Norfolk, Virginia 23511-3095 b. If hand carried or sent via FedEx or UPS: Commander Naval facilities Engineering Command, Mid-Atlantic ATTN: Darlene H. Tucker Acquisition Core Building Z-140, Room 114 9324 Virginia Avenue, Norfolk, Virginia 23511-3095 c. Commander, Naval facilities Engineering Command, Mid-Atlantic, Acquisition Core Commander Naval facilities Engineering Command, Mid-Atlantic ATTN: Darlene H. Tucker Acquisition Core Building Z-140, Room 114 9324 Virginia Avenue, Norfolk, Virginia 23511-3095 ELECTRONIC SUBMISSION WILL NOT BE ACCEPTED. Questions or comments regarding this notice may be addressed in writing to Darlene H. Tucker via email at darlene.tucker@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008516R2223/listing.html)
 
Record
SN04061493-W 20160326/160324234718-d136f197c4a51ad1085ba672a4af7251 (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.