Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 05, 2025 SAM #8499
SOLICITATION NOTICE

W -- Rental of Two (2) 30 CY Articulating Dump Trucks - Kellogg, MN

Notice Date
3/3/2025 9:02:27 AM
 
Notice Type
Solicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
W07V ENDIST ST PAUL SAINT PAUL MN 55101-1323 USA
 
ZIP Code
55101-1323
 
Solicitation Number
W912ES25Q0038
 
Response Due
3/14/2025 9:00:00 AM
 
Archive Date
03/29/2025
 
Point of Contact
John P Riederer, Phone: 6512905614
 
E-Mail Address
John.P.Riederer@usace.army.mil
(John.P.Riederer@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Army Corps of Engineers � St. Paul District requires a Contractor to supply two (2) articulating dump trucks without operators on a rental basis. The trucks will be operated by Government personnel to move and stockpile topsoil for a project. Trucks shall meet all requirements in SOW, which include: The articulating dump trucks shall have a minimum dump capacity of 30 cubic yards. The trucks shall not have not more than 1,000 operating hours logged The trucks shall have automatic transmissions, be full-time all-wheel drive, and be capable of traversing sandy soils while fully loaded. The trucks shall be equipped with a minimum of a 465-horsepower Diesel engine (SAE J1349) and be EPA Tier 4 compliant. The trucks shall have at a minimum the following safety items: reverse alarm, rearview camera, lighting for low light conditions, and falling object protective structure/rollover protective structure (FOPS/ROPS). Routine maintenance shall be included with the rental. The vendor shall provide the customer service needed to support this equipment in the event of a breakdown or malfunction during the contracted rental period. Within 72 hours of being notified by the Government of an equipment breakdown, the vendor shall either repair or replace the nonfunctional equipment. The contractor shall quote a rental period, starting no later than April 14th, 2025, for a 1 Month base period, with up to four optional periods of 1 week each. The rate shall include the transportation of the trucks to and from the jobsite, on and off loading, and any routine maintenance that would need to be performed during the rental period. Delivery date of the trucks shall be on or before April 14th, 2025, and tentative pick up on May 16th, 2025. Hours for delivery and pick up must be between 8:00 AM and 3:00 PM Monday - Thursday. No deliveries will be received on Federal holidays or weekends. The trucks shall be delivered and picked up at the intersection of State Hwy 84 and 145th Ave (44� 17� 39.87� N and 91� 57� 32.55� W) near Kellogg, MN. The drop off shall be coordinated with the POC. PLEASE E-MAIL ALL QUESTIONS to John Riederer, Contract Specialist, John.P.Riederer@usace.army.mil This is a 100% Small Business Set-Aside solicitation. NAICS Code: 532412 Size Standard: $40,000,000 average annual revenues It is preferred that the quote is e-mailed to: John Riederer, Contract Specialist, John.P.Riederer@usace.army.mil Please include the manufacturer, model number, and specifications (i.e. cut sheet) of all equipment your firm is offering to supply, to ensure that it meets specifications. ALTERNATE UNIT PROPOSALS accepted. If your firm offers discounts for rental of equipment by the Month or Week, Please include that information in your offer. Delivery, pickup and maintenance shall be included in rental rates. OFFEROR SHALL BE REGISTERED IN SAM (System for Award Management) https://www.sam.gov to include the FAR and DFARS Reps and Certs sections with the NAICS code applicable to the solicitation. Quotes must be RECEIVED no later than the Offer Due Date/Time listed in the SAM.gov solicitation posting.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d81fe16b51a54f989a665214d5e97e10/view)
 
Place of Performance
Address: Kellogg, MN 55945, USA
Zip Code: 55945
Country: USA
 
Record
SN07358965-F 20250305/250303230039 (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.