Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 23, 2020 SAM #6629
MODIFICATION

38 -- Construction Rental Equipment

Notice Date
1/21/2020 2:32:35 PM
 
Notice Type
Solicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
FA5004 354 CONS PK EIELSON AFB AK 99702 USA
 
ZIP Code
99702
 
Solicitation Number
FA5004-20-Q-0011
 
Response Due
1/31/2020 3:00:00 PM
 
Archive Date
02/15/2020
 
Point of Contact
Megan Staller, Phone: 9073773508, Chrissina Dural, Phone: 9073774182
 
E-Mail Address
megan.staller@us.af.mil, chrissina.dural@us.af.mil
(megan.staller@us.af.mil, chrissina.dural@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
STATEMENT OF WORK EIELSON AFB PEB CONSTRUCTION EQUIPMENT RENTAL 1. GENERAL 1.1.Scope of work. NONPERSONAL SERVICES: The contractor shall furnish all tools, labor, supervision, materials, and transportation necessary to provide safe, operable vehicle and services for the following items with their respective quantities and durations: 1.1.1. Telescopic Boom Lift(500lbs basket capacity/60' FT) 1.1.1.1.Quantity-4 1.1.1.2.Duration-3 month 1.1.2. All Terrain Crane(60T Min. capacity) 1.1.2.1.Quantity-1 1.1.2.2.Duration-2 months 1.1.3. Concrete Power Trowel 1.1.3.1.Quantity-1 1.1.3.2.Duration-2 weeks 1.1.4. Interior scissor lift(32-inch wide, 15' ft, battery operated) 1.1.4.1.Quantity-3 1.1.4.2.Duration-3 months 1.1.5. Small Excavator (Min dig depth 12 ft.) 1.1.5.1.Quantity-2 1.1.5.2.Duration-1 month 1.1.6. 5-6 Yard Dump Truck 1.1.6.1.Quantity-2 1.1.6.2.Duration-2 months 1.1.7. Wheeled Loader (5CuY clamshell bucket) 1.1.7.1.Quantity-1 1.1.7.2.Duration-1 month 1.1.8. CASE 865 VHP Motor Grader 1.1.8.1.Quantity-1 1.1.8.2.Duration-1month 1.1.9. 10 Ton Roller 1.1.9.1.Quantity-1 1.1.9.2.Duration-1month 1.1.10. TL1255 Telehandler / Forklift 1.1.10.1. Quantity-1 1.1.10.2. Duration-3months 1.1.11. 246 Skid steer loader 1.1.11.1. Quantiy-2 1.1.11.2. Duration-3 months 1.1.12. 140 lbs 14"" Plate Tamper 1.1.12.1. Quantity-2 1.1.12.2. Duration-1month 1.1.13. 2K Gal. Water Truck 1.1.13.1. Quantity-1 1.1.13.2. Duration-1month 1.2.Project Duration. The construction project will begin on the approximate date of 1 June 2020 and will conclude on the approximate date of 30 September 2020. The contractor will make the above listed equipment items available during this time frame. The durations are approximated and are subject to change. If the Government has completed its usage of an item before the predetermined duration, the item may be returned and remaining costs shall be reimbursed. If the Government requires more time with an item, the Government shall assume the additional costs required. 1.3.Points of contact. The contractor will provide points of contact within the company to interface with the contract representative on issues concerning rental vehicle. Names, business addresses, phone numbers and hours of operations are the minimum information requirements. Arrangements for contacting the contractors� points of contact after normal business hours should also be made. 2.GOVERNMENT FURNISHED ITEMS AND SERVICES 2.1.Operator. The government will provide a skilled operator for every piece of equipment rented. 2.2.Operator care. The government operator will be responsible for operator care items (e.g., checking fluids, tire pressure, lights, etc.) if any discrepancies are found, the contractor is responsible for correcting the problems. 2.3.Accident Reports. The government shall provide US Military Police accident reports for all accidents occurring on a military installation. 2.4.Traffic Violator Identification. The government shall make every reasonable effort to identify and provide the name of the vehicle operator to the contractor; however, no guarantee can be made that the individual will be identified. 3.CONTRACTOR FURNISHED ITEMS AND SERVICES 3.1.GENERAL. Contractor shall provide specified vehicles and all services required to keep the vehicles in a safe, operational condition. Vehicles will be delivered within the time frame agreed to in this contract and must meet the minimum acceptance criteria provided herein. Failure to pass the acceptance inspection in the time frame specified may result in a monetary penalty. Government reserves the right to turn in any vehicles deemed unnecessary at any time without penalty. Difference of funds from time of turn-in to end of contract will be de-obligated after confirmation of turn-in from Contractor. 3.1.1. Insurance. The contractor will carry insurance to cover the cost for replacement or repairs of vehicles lost, stolen or damaged through criminal acts, natural acts, hostile acts, or accidents. This is to preclude the government from being held liable for claims generating from any of the above. Insurance claims are only valid if a Police Report in accordance with section 2.3 is provided to contractor. 3.1.2. Traffic Tickets. The Government shall be responsible for any traffic ticket, for either moving violations or illegal parking, and Police Report fees under this contract. The Government will make every reasonable effort to identify the individual per section 2.4. 3.1.3. Records. The contractor shall maintain records of transactions with the US Government and, upon request, make such records available to properly designated contract representatives within a reasonable period of time. 3.2.VEHICLES. The following minimum criteria shall be met at the time of the acceptance inspection: 3.2.1. Condition. Both interior and exterior of the vehicle must be free of excessive soil, rust, and damage. 3.2.2. Model Year and Mileage. All vehicles supplied under this contract must be model year 2010 or newer and shall not exceed a maximum of 25,000 Kilometers when submitted for acceptance. 3.2.3. Safety Items. Each vehicle must meet all Host Nation safety requirements and will have, as a minimum, the following safety features: seatbelts, rear view mirror, windshield wipers, parking brake, spare tire, jack, horn, locking gas cap or door, and tail pipe screen. 3.2.4. Heating and Air Conditioning. All vehicles provided shall have operating Air Conditioning. 3.3.SERVICES. The following services shall be provided by the contractor: 3.3.1. Maintenance. The contractor shall perform both scheduled and unscheduled maintenance at a facility he designates. Contractor will provide all parts, labor and expertise necessary to complete required maintenance tasks. Parts include those items that must be replaced due to fair wear and tear such as windshield wipers, tires, headlamps, filters, fluids, and lubricants. The cost for parts and labor for maintenance or damage resulting from operator negligence may be submitted through the Contracting Officer for consideration of payment. 3.3.2. Recovery. Upon proper notification, the Contractor will recover disabled vehicles. This service shall be available during normal business hours. The Contractor is responsible for delivery and pick up from inside UTAPAO AB whether the vehicle is operational or disabled. 3.3.3. Replacements. Replacement vehicle shall be provided without additional cost if the vehicle is out of commission for any reason. Replacement vehicles shall be the same type and shall be the same or greater quality than the vehicle being replaced. Replacement vehicles shall be delivered within 48 hours of notification of inoperable equipment. 3.3.4. Repairs. Contractor shall provide all repair services. Repairs not covered by a Police Report or considered normal wear and tear by the Contracting Officer will be payable by the Government at the actual repair cost as approved by the Contracting Officer. 3.3.5. Fuel. The contractor is responsible for supplying the fuel used in the rental vehicles.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ae039ca8ac0b481d93297d36d5965ad1/view)
 
Place of Performance
Address: Eielson AFB, AK 99702, USA
Zip Code: 99702
Country: USA
 
Record
SN05538975-F 20200123/200121230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.