Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2018 FBO #6000
SOURCES SOUGHT

W -- Vicksburg District Equipment Rental/Leasing/Purchasing BPA - Scope of Work

Notice Date
4/26/2018
 
Notice Type
Sources Sought
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Vicksburg, Attn: CEMVK-CT, 4155 Clay Street, Vicksburg, Mississippi, 39183-3435, United States
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE18T0022
 
Archive Date
5/26/2018
 
Point of Contact
Shermeka L Myles, Phone: 6016317264
 
E-Mail Address
shermeka.l.myles@usace.army.mil
(shermeka.l.myles@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Vicksburg District Equipment Blanket Purchase Agreement Scope of Work THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR QUOTES. THERE WILL NOT BE A SOLICITATION AVAILABLE. This sources sought is issued for the sole purpose of conducting market research in accordance with the Federal Acquisition Regulation (FAR) Part 10. The Government is seeking to identify small business sources under North American Industry Classification System (NAICS) 333120 (Construction Machinery Manufacturing) (size standard-1250 employees), 336999 (All Other Transportation Equipment Manufacturing) (sizestandard-1000 employees), 532412 (Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing) (size standard-$32.5M), and 532490 (Other Commercial and Industrial Machinery and Equipment Rental and Leasing) (size standard-$32.5). ****THIS PROCUREMENT IS SMALL BUSINESS SET-ASIDE 1. Contract Information: The Vicksburg Contracting Office (VCO) is soliciting Capability Statements and Past Performance information from all qualified and interested contractors to participate in a requirement for multiple Blanket Purchase Agreements (BPAs) for the Army Corps of Engineers, Vicksburg District, which is requesting Heavy Equipment rental, leasing or purchasing with or without equipment operators in the form of multiple BPAs. The BPAs are anticipated to be a period not to exceed five years from date of contract award. 2. Project Information: The requirement is for the equipment rental and/or services of, but not limited to, Construction equipment, Transportation equipment, Mining and Forestry Machinery and Other Commercial and Industrial Machinery Equipment, requirements are not known in advance and may vary considerably. Qualified contractors must have delivery capabilities to all U.S. Army Corp of Engineers, Vicksburg District locations within the following states: Mississippi, Louisiana, Florida, Arkansas and Texas. a. Equipment Rental, Leasing and Purchasing: Equipment shall be serviced, cab air, in good operating condition, and ready for work. All equipment will be inspected by both the vendor and government representative upon delivery. 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 3 days. Any downtime due to inoperable equipment shall be added back to the end of the rental period. The government will be responsible for routine daily maintenance as required by the maintenance manuals to maintain the equipment in good working order. All equipment shall be equipped with seat belts, back up alarms, and air conditioned operators cab. The equipment will be transported to the work site and returned to the vendor's facility by the contractor. In the event equipment must be replaced due to equipment failure, the vendor shall be responsible for providing transport of the failed equipment and transport of the replacement. • Construction Equipment: This industry comprises establishments primarily engaged in manufacturing construction machinery, surface mining machinery, and logging equipment. Equipment rental or leasing includes but not limited to: backhoes, bulldozers, construction and surface mining-type rock drills, construction-type tractors, off highway trucks, pile-driving equipment, portable crushing, pulverizing and screening machinery, powered post pole hole diggers, road graders and surface mining machinery. • Other Transportation Equipment: Equipment leasing/rental/purchasing for but not limited to: motorcycles, bicycles, metal tricycles, complete military armored vehicles, tanks, self-propelled weapons, vehicles pulled by draft animals and other transportation equipment. • Construction, Mining, and Forestry Machinery and Equipment: Equipment leasing/rental/purchasing for but not limited to: bulldozers, earthmoving equipment and cranes. • Other Commercial and Industrial Machinery: Metalworking, telecommunications and agriculture equipment. 3. Delivery: The contractor is responsible for transporting all equipment to the work site and returned to the contractor's facility. In the event equipment must be replaced due to equipment failure, the vendor shall be responsible for providing transport of failed equipment and transport of the replacement. 4. Submission Requirements: The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements, as indicated in this posting, to submit a Capability Statement consisting of appropriate documentation, literature, brochures, and past performance information with references. Past performance documentation shall include contact names, as well as a description of the services provided, contract type (i.e., fixed price or cost), and dollar value. Proof of Small Business Size must also be included. The company's CAGE Code and DUNS number shall also be included with the submission. Contractors MUST have an active record in the System for Award Management (SAM) database. Not having an active record in SAM may result in not receiving consideration for award. The Capability Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company's ability to demonstrate existing or developed expertise and experience in relation to similar requirements. Any brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Please indicate your interest and/or ability to provide all services, and provide the maximum lifting capabilities of your facility. This sources sought is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for any information received from potential sources as a result of this sources sought. Respondents will not be notified of the Sources Sought results. All interested firms with 333120, 336999, 532412 and 532490 as an approved NAICS code have until Friday, May 11, 2018, 10:00 am (central time) to submit the following information: 1. Please provide your company name, address, point of contact with corresponding phone number, e-mail address, CAGE code and small business size under NAICS 333120, 36999, 532412, and 532490. 2. Clearly confirm that your company business size as Large Business, Small Business, and if applicable, designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business. 3. Evidence of capabilities to perform comparable/relevant work on three recent projects (not more than five years old). Include project name and key/salient features of the project; completion date, total contract value, and your company's level of involvement in the project. Please provide at least one point of contact (with email address and phone number) for project validation. 4. If your company is not currently providing this support, has your company had experience in the last 5 years providing these types of services? 5. What does your company specialize in? 6. Firm's capability to perform, to include geographic location, project size, equipment list and equipment capability? 7. What experience does your company have with Government contracts? Submissions that are not received within the allotted time and/or do not meet all requirements will not be considered. Electronic submissions via email will be accepted. No hard copy or facsimile submissions will be accepted. Responses to this Sources Sought may be e-mailed to Shermeka Myles at Shermeka.L.Myles@usace.army.mil with the title "VICKSBURG DISTRICT EQUIPMENT RENTAL/LEASING/PURCHASING BPA" Responses must be received no later than Friday, May 11, 2018 by 10:00 am., CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE18T0022/listing.html)
 
Place of Performance
Address: Locations throughout: Mississippi, Louisiana, Florida, Arkansas and Texas)., Vicksburg, Mississippi, 39183, United States
Zip Code: 39183
 
Record
SN04903106-W 20180428/180426231311-2d5a57d35e22d8ee5243926dcf992945 (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.