Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2017 FBO #5769
SOURCES SOUGHT

23 -- Heavy construction equipment lease

Notice Date
9/7/2017
 
Notice Type
Sources Sought
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-14-C-0007
 
Archive Date
7/2/2018
 
Point of Contact
Andre R. Dickson, Phone: 9103960552, Jennifer Payne, Phone: 9104326978
 
E-Mail Address
andre.dickson@socom.mil, jennifer.payne@socom.mil
(andre.dickson@socom.mil, jennifer.payne@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this RFI is to provide industry the opportunity to identify themselves as interested sources capable of meeting a short term heavy construction equipment lease requirement for the United States Army John F Kennedy Special Warfare Center and School (USAJFKSWCS). The heavy construction equipment lease requirement is to provide seven (7) pieces of heavy construction equipment (2 x TH560n Telehandler forklift, 1 x D6N Dozier (with four way blade), 1 x DR6 Tractor (combo bucket), 1 x Dump Truck (with towing package/pintle and ball with seven way receptacle flat blade), 1 x Flat Bed HD Truck with dump bed (with towing package/pintle and ball with seven way receptacle flat blade), 1 x 28 Foot Box Truck with loading ramp) to the Government to train and support the 18C Special Forces Sergeant skills sets required by Special Forces Operation Groups. The equipment will predominately be used at Fort Bragg and Camp Mackall, North Carolina in order to familiarize, train and support training learning objectives and Range support. The vendor shall provide all required repair, service or recovery of inoperative equipment at multiple locations. USAJFKSWCS' requirement was derived in 2014 and awarded to United Rental, Inc., a Stamford, Connecticut based business. The information sought herein shall not be construed as a request for quote (RFQ) or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. REQUIREMENT: USAJFKSWCS has a short term requirement to provide delivery, pickup or recovery of inoperative equipment. Upon each delivery, pickup and maintenance of equipment, the vendor shall ensure a joint inspection of equipment is conducted and documented on a duplicate inspection checklist. The amount of fuel and odometer reading shall be noted on the checklist. Both the on-site Government representative and vendor shall sign and retain a copy of the checklist and provide a copy to the Contracting Officer Representative (COR). Vendor shall be responsible for furnishing leased equipment with a full tank of fuel upon delivery. The Government shall return equipment with a full tank of fuel. Projected Period of Performance (POP) is 29 September 2017 to 28 March 2018; (6 Months Period) INTERESTED SOURCES CAPABLE OF FULFILLING THIS REQUIREMENT shall submit documentation addressing all required elements listed herein; providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered or reviewed. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Please do not submit classified material. Contractors interested in providing this service should be registered in the System for Award Management (www.sam.gov). Contractors responding to this Sources Sought are asked to provide the following information: 1. No more than a 5 page capability narrative explaining how the company can meet the requirement, the requested start date of 29 September 2017 and be fully operational. Interested parties must also demonstrate that they are authorized to provide heavy construction equipment leasing; 2. Company's full name, point of contact, and address; 3. DUNS and CAGE number; 4. Applicable North American Industry Classification Standards (NAICS) and business size (whether they are a large, small, small-disadvantaged, 8(a), HUBZone, woman-owned, Service-Disabled Veteran Owned Small Business, historically black college or university and/or minority service institute) (Respondents should advise the Government of pending changes in the business size status). Responses shall be submitted electronically via email to andre.dickson@socom.mil and jennifer.payne@socom.mil. All responses shall be submitted by 1:00 PM EST on 14 September 2017 and shall include reference number H92239-14-C-0007 in the subject line and submission documents. Respondents are cautioned that due to file size limitations and e-mail security protocols, there is a risk that not all correspondence will be received by this office. It is the interested parties' responsibility to ensure receipt of all e-mail and faxed correspondence. If receipt has not been acknowledged within 24 hours, please contact the Contracting Office at 910-396-0552. FINAL DETERMINATION: Current market research shows that there is only one vendor capable of fulfilling the short term requirement; however, it is the Government's intent to include responses to this RFI when making its final determination to negotiate on a sole source basis. Provided no other interested sources with the capability to fulfill this requirement are identified, the U.S. Army Special Operations Command, Fort Bragg, North Carolina intends to negotiate on a sole source basis with United Rental, Inc., 100 First Stamford Pl Ste 700, Stamford, CT 06902. Respondents will NOT be individually notified of the results; however, if the final determination results in the verification of a sole source negotiation, the properly redacted Justification and Approval (J&A) will be posted to the FBO site within 14 days of contract award. Contracting Office Address: ATTN: E-2929 Fort Bragg, North Carolina
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-14-C-0007/listing.html)
 
Place of Performance
Address: Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN04666392-W 20170909/170907232528-45d00c3a9cfbb59432f24275ccea3838 (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.