Bridge Inspection Equipment Rental

expired opportunity(Expired)
From: Federal Government(Federal)
W912PM17T0073

Basic Details

started - 20 Jul, 2017 (about 6 years ago)

Start Date

20 Jul, 2017 (about 6 years ago)
due - 03 Aug, 2017 (about 6 years ago)

Due Date

03 Aug, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
W912PM17T0073

Identifier

W912PM17T0073
Department of the Army

Customer / Agency

DEPT OF DEFENSE (710996)DEPT OF THE ARMY (133387)USACE (38243)SAD (4509)US ARMY ENGINEER DISTRICT WILMINGTO (768)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This notice is being posted as an avenue to provide Request for Quotes, W912PM17T0073. In accordance with Federal Acquisition Regulation (FAR) 5.202(a)(13), exceptions to publicizing contract actions, there will not be a pre-solicitation notice posted for this required action.This is a combined synopsis/solicitation. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This will be a 100% set-aside for Small Business procurement. The solicitation number is W912PM17T0073, and the solicitation is issued as a Request for Quote (RFQ). The NAICS code is 238990 with a small business size standard of $15,000,000.00. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95.Description of Requirement: The Wilmington District has five vehicle bridges that require inspection with use of under-bridge inspection equipment. The five vehicle bridges are located at
five separate reservoir and dam projects. The bridges are located at the following projects:1) Island Creek intake tower access bridge on the Roanoke River in Mecklenburg County, Virginia. Specific details of the Island Creek access bridge are in Attachment 1.2) B Everett Jordan Dam intake tower access bridge on the New Hope River basin in Chatham County, North Carolina. Specific details of the B Everett Jordan access bridge are in Attachment 2.3) Falls Lake Dam intake tower access bridge on the Neuse River basin in Chatham County, North Carolina. Specific details of the Falls Lake Dam access bridge are in Attachment 3.4) W Kerr Scott Lake Dam intake tower access bridge on the Yadkin River in Wilkes County, North Carolina. Specific details of the W Kerr Scott Dam access bridge are in Attachment 4.5) John H Kerr Dam spillway bridge, which crosses the Roanoke River in Mecklenburg County, Virginia. The bridge serves Virginia State Highway 4, which is a primary highway connecting U.S. Interstate 85 and U.S. Highway 58. Specific details of the John H Kerr spillway bridge are in Attachment 5.Scope of Work. In order for Wilmington District personnel to inspect the bridges, the Contractor shall provide under-bridge inspection equipment and operator for the bridges listed above.The Contractor shall also provide traffic control for the inspection of John H Kerr Dam spillway bridge.Evaluation and Award: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award shall be made to the lowest priced technically acceptable offer. Technical acceptability shall be defined as evidence of:PAST EXPERIENCE:a) Offerors are required to submit prior experience of recent and relevant contracts/projects. Contracts/Projects can be performed with Federal, State, local or private companies. Government contracts are preferred but not required.b) Contracts/Projects that are relevant are defined as those that are similar to the requirements of the Statement of Work (SOW). Contracts/Projects that are recent are defined as those that have been completed within the last five (5) years.c) A minimum of two (2) contracts/projects shall be provided to include: contract number, title of project, detailed description of work performed, and Point of Contact. Please do not submit more than five (5)contracts/projects.d) In order for an Offeror to be determined technically acceptable, the offeror must showprevious experience with the type of work described in the SOW. Offerors must show previous experience on a minimum of two (2) contracts/projects. Service Contract Act Wage Determinations: 15-4373, Revision -3, Dated 06/29/17, 15-4323, Revision -5, Dated 6/23/17, and 15-4411, Revision -3, Dated 5/11/17The Contractor is responsible to refer to the above wage decisions. The Government will attach the latest versions to the contract upon award.This will be firm-fixed-price contract action. DETAILED PRICING SCHEDULE - RETURN THE ATTACHED DETAILED PRICING SCHEDULE WITH YOUR QUOTE. To view the attached documentation for this requirement:- Scroll toward the bottom of this solicitation.- Click the "Additional documentation" link below the Additional Information Heading.- Open ALL the attached PDF documents.This Request for Quote incorporates the following provisions and clauses: The full text clauses may be accessed electronically at http://www.acquisition.gov/far or http://farsite.hill.af.mil.52.202-1, Definitions52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper52.204-7, System for Award Management52.204-9, Personal Identity Verification of Contractor Personnel52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards52.204-13, System for Award Management Maintenance52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment52.212-1, Instructions to Offerors--Commercial Items52.212-3, Alternate I, Offeror Representations and Certifications--Commercial Items52.212-4, Contract Terms and Conditions--Commercial Items52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items52.219-1 Alt I, Small Business Program Representation52.219-6, Notice of Total Small Business Set-Aside52.222-3, Convict Labor52.222-21, Prohibition of Segregated Facilities52.222-22, Previous Contracts and Compliance Reports52.222-25, Affirmative Action Compliance52.222-26, Equal Opportunity (Mar 2007)52.222-36, Equal Opportunity for Workers with Disabilities52.222-41, Service Contract Labor Standards52.222-42, Statement of Equivalent Rates for Federal Hires52.222-50, Combatting Trafficking in Persons52.223-3, Hazardous Material Identification and Material Safety Data52.223-5, Pollution Prevention and Right-to-Know Information52.225-13, Restrictions on Certain Foreign Purchases52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or TransactionsRelating to Iran-Representation and Certifications.52.232-23, Assignment of Claims52.232-33, Payment by Electronic Funds Transfer-System for Award Management52.232-37, Multiple Payment Arrangements52.232-39, Unenforceability of Unauthorized Obligations52.232-40, Providing Accelerated Payments to Small Business Subcontractors.52.233-1, Disputes52.233-3, Protest after Award52.233-4, Applicable Law for Breach of Contract Claim52.243-1, Changes -Fixed Price52.246-16, Responsibility for Supplies252.203-7000, Requirements Relating to Compensation of Former DoD Officials252.203-7002, Requirement to Inform Employees of Whistleblower Rights252.203-7005, Representation Relating to Compensation of Former DoD Officials252.203-7995, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements252.204-7003, Control of Government Personnel Work Product252.204-7004 Alt A, System For Award Management, Alternate A252.204-7006, Billing Instructions252.204-7012, Safeguarding of Unclassified Controlled Technical Information252.204-7015, Disclosure Information to Litigation Support Contractors252.223-7001, Hazard Warning Labels252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials252.223-7008, Prohibition of Hexavalent Chromium252.225-7001, Buy American and Balance of Payments Program252.225-7002, Qualifying Country Sources as Subcontractors252.225-7048, Export-Controlled Items252.232-7003, Electronic Submission of Payment Requests and Receiving Reports252.232-7010, Levies on Contract Payments,252.243-7001, Pricing of Contract Modifications252.244-7000, Subcontracts for Commercial Items252.246-7003, Notification of Potential Safety Issues252.247-7023, Transportation of Supplies by SeaINFORMATION TO ALL CONTRACTORSSystem for Award Management (SAM) and Electronic Funds Transfer (EFT) (Wilmington Local Instruction Feb 2013)1. All contractors must register in the System for Award Management (SAM) database before they can be awarded a contract. You may register at http://www.sam.gov. SAM information or help is also available by calling 866-606-8220.2. Public Law 104-134 requires the use of Electronic Funds Transfer (EFT) for all Federal payments. EFT information will be pulled from your SAM by the USACE FINANCE CENTER, 5720 INTEGRITY DRIVE, MILLINGTON, TN 38054-5005 for contractor payments.(End of Local Instruction)  UNAUTHORIZED INSTRUCTIONS FROM GOVERNMENT OR OTHER PERSONNELThe Contractor shall not accept any instructions issued by any person, employed by the Government or otherwise, other than the Contracting Officer or the Contracting Officer's Representative (COR) acting within the limits of the COR's Authority. See the Contracting Officer's Representative clause of this contract.(End of Instruction)52.252-2 CLAUSES INCORPORATED BY REFERENCEThis contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):http://farsite.hill.af.milhttp://www.acquisition.gov/far(End of clause)PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their Quote in accordance with standard commercial practice (i.e. Quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offeror's complete mailing and remittance addresses; discount terms, DUNS number, and Tax Identification Number. Any questions regarding this solicitation MUST be submitted via email at rosalind.m.shoemaker@usace.army.mil. Any prospective awardee shall be registered and active in the SAM database prior to any award of a contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.acquisition.gov or by calling 866-606-8220. QUOTES ARE DUE NOT LATER THAN 4:00PM, EDT, 03 August 2017. YOU ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY via email at rosalind.m.shoemaker@usace.army.mil. They may also be submitted on U.S. Mail, courier service, or hand-delivered to the attention of the Ros Shoemaker, 69 Darlington Avenue, Wilmington, NC 28403.The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) or Notation that company is registered in SAM (https://www.sam.gov) must be submitted along with each Quote.The Government reserves the right to cancel this solicitation.This announcement and written request for Quote constitutes the only Request for Quote that will be made for this requirement.Electronic Quotes are now being accepted via email: rosalind.m.shoemaker@usace.army.mil

USACE District, WilmingtonLocation

Address: USACE District, Wilmington

Country : United StatesState : North Carolina

You may also like

Rental Equipment Without Operators

Due: 19 May, 2024 (in 14 days)Agency: Prince William Procurement Services

BOOM LIFT RENTAL EQUIPMENT

Due: 26 Jun, 2024 (in 1 month)Agency: NATIONAL GALLERY OF ART

Equipment Rental Bid

Due: 30 May, 2024 (in 25 days)Agency: State of Alabama

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: 238990 GSA CLASS CODE: W
naicsCode 238990All Other Specialty Trade Contractors
pscCode WLease or Rental of Equipment: Maintenance and Repair Shop Equipment