Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2023 SAM #7745
SOLICITATION NOTICE

W -- MCAGCC PWD Crane Support Services

Notice Date
2/8/2023 11:05:59 AM
 
Notice Type
Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
COMMANDING OFFICER TWENTYNINE PALMS CA 92278-8108 USA
 
ZIP Code
92278-8108
 
Solicitation Number
M6739923Q0008
 
Response Due
2/17/2023 9:00:00 AM
 
Archive Date
03/04/2023
 
Point of Contact
Kelly L. Koger, Phone: 7608303414
 
E-Mail Address
kelly.koger@usmc.mil
(kelly.koger@usmc.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Marine Corps Air Ground Combat Center (MCAGCC) Public Works Department Crane Support Services Performance Work Statement (PWS) BACKGROUND This is a Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for crane support to impart loading and offloading capabilities of HVAC units, transformers and cooling towers at various locations aboard the MCAGCC 29 Palms installation. The contractor will provide port to port crane support with qualified certified operator and rigger.� All heavy equipment shall be safe and fully operational. Period of Performance will be 1Oct22 through 29Sep23. � SCOPE OF WORK The contractor shall furnish heavy equipment to provide crane support services, certified experienced operator with experienced rigger.� The contractor shall be responsible for complying with all applicable federal, state and local regulations including, but not limited to, Environmental Protection Agency (EPA) regulations. Hours of operation consist of 0630 � 1600 Monday through Friday not to exceed 8 working hours per day plus lunch. HVAC units will not weigh in excess of 2,000 LBS. required roof tops of which HVAC units to be hoisted on/off will not be no higher than 40 Feet. Removal of existing transformer weight is 21,174 LBS. and Installation of new transformer is 34,689 LBS. this lift is at ground level. Removal of existing cooling tower and installation of new, approximately 1,600 LBS. SERVICE LOCATIONS Marine Corps Air Ground Combat Center Twenty-nine Palms Ca 92277 Bldg.��Lifts��Days 1024��4��2 1587��2��1 1600��2��1 1601��2��1 1602��2��1 1612��2��1 1417��2��1 1514��1��1 2205��2��1 1863��1��1 1951��3��2 2000��7��4 5413��4��2 1648��2��1 1451� 2� 1 2014� 1� 1 1761� 1� 1 Total of 17 locations 38 HVAC Units, 1 Transformer and 1 Cooling Tower. *Subject to change �CONTRACTOR REQUIREMENTS The contractor shall provide crane support services with experienced certified operator and rigger. Port to port delivery of crane to specified location to be coordinated with Government point of contact. Delivery Inspections:� Prior to the day to day operation, the contractor must conduct an equipment inspection to ensure there are no mechanical malfunctions and the delivered equipment is operational. Contractor must pay particular attention to inspecting the engine, transmission, brakes, lubrication, cooling system, tire pressure, battery fluid and charge levels, and all other essential IAW with OEM�s and commercial industry standards. Safety items:�� Equipment must meet all safety and manufacturer requirements and have, as a minimum, the following safety features: seatbelts, view mirrors, view cameras (where applicable), windshield wipers, lights, brakes, horn and an audible reverse warning device (backup alarm) as per commercial industry standards.� The supplied heavy equipment must include a commercial industry standard fire extinguisher, mounted and accessible with current safety inspection tags.� Insurance:� The contractor shall maintain liability insurance for any damage or third party liability.�� The contractor shall maintain a copy of all proofs of required insurance and shall make copies available to the Contracting Officer upon request. In accordance with FAR 52.228-5, insurance on a Government Installation, the contractor, at its own expense, shall acquire and thereafter maintain the following kinds of insurance with respect to performance under this contract: a. Workmen�s Compensation Insurance, or equivalent workmen�s compensation coverage, as required or prescribed by law, with minimum employer liability of $100,000 for accidental bodily injury or death, or for occupational disease. � b. Comprehensive General Liability with minimum limits of $500,000 per occurrence for bodily injury. � c. Comprehensive Automobile Liability with minimum limits of $200,000 per person and $500,000 per accident or��� occurrence for bodily injury, and $20,000 per occurrence for property damage. GOVERNMENT REQUIREMENTS During the period of performance and after initial delivery of the equipment, the Government will be responsible for fueling the heavy equipment.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/47a6f3938cb4493da780485f1a2d226c/view)
 
Place of Performance
Address: Twentynine Palms, CA 92277, USA
Zip Code: 92277
Country: USA
 
Record
SN06585689-F 20230210/230208230106 (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.