MODIFICATION
38 -- Rental of Tracked Mounted Hydraulic Excavator with 60” bucket, Small Wheel Loader and Service Truck - QUESTIONS AND ANSWERS
- Notice Date
- 12/7/2016
- Notice Type
- Modification/Amendment
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Buffalo, 1776 Niagara St., Buffalo, New York, 14207-3199, United States
- ZIP Code
- 14207-3199
- Solicitation Number
- W912P6-17-T-0002
- Archive Date
- 12/24/2016
- Point of Contact
- Gayle A Geiger, Phone: 716-879-4211, Walter Kamad, Phone: 7168794134
- E-Mail Address
-
gayle.geiger@usace.army.mil, walter.kamad@usace.army.mil
(gayle.geiger@usace.army.mil, walter.kamad@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Self Insurance See Questions and Answers document The U.S. Army Corps of Engineers is issuing a combined synopsis/solicitation for the following: Rental of 3200 III Track-Mounted Gradall Hydraulic Excavator with a 60 inch bucket, or equivalent. for eight (8) weeks and three (3) days or lesser time period should weather conditions or progress dictate a lesser time. Rental of CAT 924K Small Wheel Loader (or equivalent) will be eight (8) weeks and three (3) days or lesser time period should weather conditions or progress dictate a lesser time. Initial work is anticipated to commence in November 2016. Each piece of equipment shall have a separate unit price, See Bid Schedule within this Scope of Work. Rental of service truck equipment with all necessary equipment, tools and supplies necessary to maintain and/or repair all equipment shall be present onsite at all times. Initial work is anticipated to commence in November 2016. The selected contractor must comply with all security requirements when accessing the Federal facility. This will be a Low Price procurement, in accordance with FAR Part 12, resulting in a Firm Fixed Price Contract. Please submit a capabilities statement that includes DUNS, CAGE, and Business Size in accordance with the selected NAICS. Please submit to Ms. Gayle Geiger, gayle.geiger@usace.army.mil and Mr. Walter Kamad walter.kamad@usace.army.mil. This acquisition will utlize the lowest priced technically acceptable (LPTA) procedure to make a best value award. Contract will be awarded to the lowest price that is technically acceptable offer. Bids are due to Gayle Geiger NLT 09 DEC 2016 @ 1630. E-mail is preferred gayle.geiger@usace.army.mil 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. (ii) The solicitation number is W911XK-17-T-0002 and is issued as a request for quotation (RFQ) (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. (iv) This required is set aside for small business. NAICS code is 238910 with a size standard $15.0. (v) Offerors shall provide pricing on company letterhead. (vi) The contractor shall supply all personnel, labor, material and equipment for excavation. Additional information are in the attached statement of work. (vii) The period of performance for the resultant contract will be the date of award through 31 Dec 2017. The anticipated rental period for each piece of equipment is detailed in the Statement of Work (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) Provision 52.212-2, Evaluation -- Commercial Items applies. Award will be made to the offeror who provides the lowest acceptable price. (x) Offerors shall be registered at SAM.Gov in order to be eligible for award. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) A statement that the clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional clauses apply within 52.212-5: 52.204-10, 52.209-6, 52.219-6 (xiii) Submit a quote using attached Bid Sheet to gayle.geiger@usace.army.mil (xiv) Not used.(xv) Quotes are due by NLT 09 DEC 2016 @ 1630 to the email listed in xiii. (xvi) Contact Gayle Geiger at 716-879-4211 with any questions. This solicitation is being issued in electronic format only. Hard copies of the solicitation will not be available and written or fax requests will not be accepted. Contractors may download the solicitation (and any amendments) via the FedBizOpps web site, www.fbo.gov. All amendments to the RFQ will be posted to the FedBizOpps web site. It is the offerors responsibility to monitor the FedBizOpps web site for any amendments. Interested firms must register at FedBizOpps in order to access the solicitation. Offerors are responsible for printing copies of the RFP and any amendments. Proposed quotes are due by NLT 09 DEC 2016 @ 1630. All quotes are to be submitted electronically to gayle.geiger@usace.army.mil Site Location: Indiana Harbor Confined Disposal Facility (CDF) Lake County, IN East Chicago, IN.46312 Issuing Office U.S. Army Corps of Engineers, Chicago District 231 S La Salle St Suite 1500 Chicago, IL 60604 All contractors are required to be registered in System for Award Management (SAM) before award. The System for Award Management (SAM) is the official U.S. government system that consolidates the capabilities of CCR/FedReg, ORCA and EPLS. There is NO fee to register for SAM. If you used any of the previous systems, you should now go to www.sam.gov to update your information. SAM training tools and quick-start guides are available on both the SAM and Federal Service Desk websites, located at www.sam.gov and www.fsd.gov. Questions can be directed to gayle.geiger@usace.army.mil. This office will not accept any telephonic, written, or faxed requests for a copy of the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACW49/W912P6-17-T-0002/listing.html)
- Place of Performance
- Address: U.S. Army Corps of Engineers, Chicago District, 231 S La Salle St, Chicago, Illinois, 60604, United States
- Zip Code: 60604
- Zip Code: 60604
- Record
- SN04345713-W 20161209/161207234246-488feff7f213b2f9d986d221b7b08764 (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 |