W--CRANE SERVICES

expired opportunity(Expired)
From: Federal Government(Federal)
N6883618Q0335

Basic Details

started - 29 Aug, 2018 (about 5 years ago)

Start Date

29 Aug, 2018 (about 5 years ago)
due - 06 Sep, 2018 (about 5 years ago)

Due Date

06 Sep, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
N6883618Q0335

Identifier

N6883618Q0335
Department of the Navy

Customer / Agency

Department of the Navy
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.

N6883618Q0335 – CRANE SERVICESThis is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in using Simplified Acquisition Procedures FAR 13 and Acquisition of Commercial items FAR 12. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS http://www.fbo.gov/) and NECO (https://www.neco.navy.mil/). The RFQ number is N68836-18-Q-0335. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-94, 2005-95 and DFARS Publication Notice 20161222. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses:
href="https://www.acquisition.gov/far/" target="_blank">https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/change_notices.html. This acquisition will result in a Firm-Fixed Price contract under NAICS code 238990 and the Small Business Standard is $15.0M.Federal Supply Code: W039. This acquisition is 100% set aside for small business concerns.NAVSUP Fleet Logistics Center, Jacksonville Mayport Det. Contracting requests responses from qualified sources capable of providing:SCHEDULE OF SUPPLIES/SERVICES TO BE ACQUIRED:CLIN Description Qty Unit Of Issue Unit Price TOTAL PRICE0001 Crane Services on an as needed basis to support fleet visiting assets and training vessels/boats in accordance with Statement Of Work. 128 Units 0002 Overtime Crane Services on an as needed basis to support fleet visiting assets and training vessels/boats in accordance Statement Of Work. 15 Units This announcement will close on 06 September 2018 at 11:00 Eastern Standard Time.Responses may be submitted to Odajie Rickerby who can be reached at 904-270-5699 Ext. 156 or email odajie.rickerby@navy.mil. The proposed contract is 100% set aside for small business concerns. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/ .All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.STATEMENT OF WORK 1. Purpose The purpose of this contract is to provide Crane Services to NAS Pensacola Port Operations on an as needed basis to support fleet visiting assets and training vessels/boats.2. Background: NAS Pensacola does not have cranes on station requiring services via contract from out in town. A 75 Ton All Terrain Crane is needed to support Port Ops mission. 3. Objective: Provide Cranes services in support of Port Operations mission of ship visits and boat removal.4. Scope of Work: Contractor shall provide 75 TON All Terrain crane, Including operator, one (1) rigger, and (1) signalman for an eight hour minimum period.  Crane service will be provided at Naval Air Station Pensacola Port Operations Pensacola, FL on an as needed basis during the period of performance 06 November 2018 THRU 05 November 2019.  The crane will be used to lift hotel service equipment (example: shore power cables, brows, towers) in support of ship visits and removal of non-trailerable boats (40’ boats) in case of maintenance and/or emergencies (Severe Weather, taking on water). There is no local storage available on station for the crane; however, crane may remain on site if schedule requires a lift within 72 hrs of original call out. Crane shall be set up and ready to lift 60 minutes prior to arrival/departure of a ship with a normal 48 hour notice. Provide cost per 8 hr minimum period and cost per hour for overtime of crane and rigger services. Provide normal hours of operations and overtime hours of operations for the company.Rate shall be portal to portal. Contractor shall comply with Naval Air Station Pensacola Instruction (NASPCOLAINST) 11262.1A, “Standard Operating Procedures For All Contractor Operated Cranes On Board Naval Air Station Pensacola” to include:o Contractor shall comply with specific activity regulations pertaining to crane safety and operation and to notify the contracting officer, 15 days in advance of any cranes, multi-purpose machines (MPM), material handling equipment (MHE), or construction equipment that may be used in a crane like application to lift suspended loads entering the activity. o Contractor shall comply with American Society of Mechanical Engineers (ASME) B30.5 for mobile cranes and ASME B30.9 for slings, ASME B30.20 below the hook lifting devices, ASME B30.22 for articulating boom cranes, ASME B30.26 for rigging hardware, ASME/ITSDF B56.6 for rough terrain forklifts, ASME B30.3 for construction tower cranes, and ASME B30.8 for floating cranes.For barge mounted mobile cranes the following is required: a third party certification from an Occupational Safety and Health Administration (OSHA) accredited organization, a load indicating device, a wind indicating device, and a marine type list and trim indicator readable in one-half degree increments.o Enclosure (1) of NASPCOLAINST 11262.1A is required from the contractor. The crane (or other machine if used to lift suspended loads) and rigging gear must meet applicable federal standards and ANSI/ASME regulations (contractor must cite applicable OSHA regulations: e.g., cranes used in long-shoring comply with 29 CFR 1917; cranes/MPM used in construction, demolition, or maintenance comply with 29 CFR 1926; cranes used in ship repair or ship breaking comply with 2 CFR 1915; slings comply with ASME B30.9; and rigging hardware comply with ASME B30.26).o The contractor must certify that all crane operators working at Pensacola Naval Complex have been trained not to bypass safety devices (i.e.anti-two block devices) during lifting operations. Certifications (P-1) are required to be posted on the crane.o For mobile cranes with Original Equipment Manufacturer (OEM) rated capacities of 2,000 pounds or greater, crane operators are required to be designated as qualified by a source that qualifies crane operators (i.e., union, government agency, or organization that tests and qualifies crane operators). Proof of current qualification must be provided prior to operation.o Contractor is required to certify that the crane operator is qualified and trained for the operation of the crane to be used.o For MPM, any attachments used with Lull, Grove, Bobcat, or JLG must meet OEM requirement load charts used to lift loads suspended by rigging equipment.Proof of authorization from the equipment OEM that it is capable of making lifts of loads suspended by rigging equipment is required. Contractor shall demonstrate that the equipment is properly configured to make such lifts.o Contractors operating government owned cranes are required to follow references (a) through (f) of NASPCOLAINST 11262.1A, or other federal government publications as applicable for maintenance, training, certification, and operations, and also maintain applicable documentation for audit purposes. Per reference (a) of NASPCOLAINST 11262.1A, for new contracts, contractor personnel will have 180 days from the contract start date to obtain the required training.o Contractors operating waterborne vessels with cranes are required to follow the applicable NAVSHIPS Technical Manual or other regulations as required for maintenance, training, certification, operation, and maintain all documentation for audit purposes.o Contractor is required to deliver the contracting officer a complex lift plan (also referred to as a critical lift) for each of the following operations: lifts over 75 percent of the capacity of the crane or hoist or other machine (lifts over 50 percent of the capacity of a barge mounted mobile cranes hoist) at any radius of lift; lifts involving more than one crane or hoist; lifts of personnel suspended by rigging equipment from MPM (MHE or construction equipment shall not be permitted); lifts made in the vicinity of overhead power lines; erected cranes and lifts involving non-routine rigging or operation, sensitive equipment, or unusual safety risks.The plan shall include the following as applicable: The size and weight of the load to be lifted, including crane and rigging components that add to the weight. The OEM maximum load capacities for the entire range of the lift shall also be provided. The lift geometry, including the crane position, boom length and angle, height of lift, and radius for the entire range of the lift. This applies to both single and tandem crane lifts. A rigging plan, showing the lift points, rigging gear, and rigging procedure. The environmental conditions under which lift operations are to be stopped. For lifts of personnel, the plan shall demonstrate compliance with the requirements of 29 CFR 1926.550(g). For barge mounted mobile cranes, barge stability calculations identifying crane placement/footprint; barge list and trim based on anticipated loading; and load charts based on calculated list and trim specific to the barge the crane is mounted on. For lifts in the vicinity of overhead power lines (i.e., if any part of the crane or other machine, including the fully extended boom of a telescoping boom crane or machine, or the load could approach the distance noted in figure 10-3 (NAVFAC P-307 page 10-30) during a proposed operation), the plan shall demonstrate compliance to 29 CFR 1926.1408-1411 (1926-1408 subpart CC page 528 table A). A copy of all operator and certified signalman rigger certification paperwork will be included in critical lift plan.o Contractor is required to notify the contracting officer as soon as practical, but not later than four hours, after any weight handling equipment (WHE) mishap/accident.The contractor is required to secure the accident site and protect evidence until released by the certifying official. The contractor is required to conduct an accident investigation to establish the root cause(s) of any WHE accident. Crane operations shall cease and not proceed until cause is determined and corrective actions have been implemented to the satisfaction of the certifying official.o Contractor shall provide the contracting officer within 30 days of any accident a Crane and Rigging Gear Accident Report using the form provided in reference (a) of NASPCOLAINST 11262.1A, section 12, Figure 12-1, consisting of a summary of circumstances, an explanation of cause(s), photographs (if applicable), and corrective actions taken.These notifications and reporting requirements are in addition to those promulgated by reference (e) of NASPCOLAINST 11262.1A and related command instructions.o NASP Complex contacts for contractor operated cranes: FEAD Contracting Officer, (850) 452-3131 ext. 3096 Flour (Base Operating Support), (850) 452-4562 Public Works Department (PWD), Certifying Official, (850) 452-3131, ext. 31165. Place Of Performance: Naval Air Station Pensacola FL., Port Operations, Building 38 - 211 South Ave Pensacola, FL 32508 6. Period of Performance:  06 November 2018 thru 05 November 2019.7. Point of Contacts: To be provided at the time of award.The following clauses and provisions apply:52.204-7 System for Award Management.52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 201652.204-13 SAM Maintenance. 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment OCT 201552.212-1 Instructions to Offerors - Commercial Items 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JUL 2016) ALTERNATE I (OCT 2014)52.212-4 Contract Terms and Conditions – Commercial Items.52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items. 52.219-6 Notice of Total Small Business Set-Aside.52.219-28 – Post-Award Small Business Program Rerepresentation.52.222-3 Convict Labor.52.222-19 Child Labor—Cooperation with Authorities and Remedies.52.222-21 Prohibition of Segregated Facilities. 52.222-26 Equal Opportunity. 52.222-36 Equal Opportunity for Workers with Disabilities.52.222-41- Service Contract Labor Standards.52.222-42 - Statement of Equivalent Rates for Federal Hires.52.222-50 - Combating Trafficking in Persons.52.222-55 -- Minimum Wages Under Executive Order 13658.52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18- Availability Of Funds.52.232-33 Payment by Electronic Funds Transfer—System for Award Management.52.232-39 Unenforceability of Unauthorized Obligations.52.232-40 Providing Accelerated Payments to Small Business Subcontractors.52.233-3 -- Protest After Award.52.237-2- Protection of Government Buildings, Equipment, and Vegetation. 52.247-34 F.O.B. Destination. 52.252-1 Solicitation Provisions Incorporated by Reference.52.252-2 Clauses Incorporated by Reference.Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials.252.203-7002 Requirement to Inform Employees of Whistleblower Rights252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS252.204-7003 Control of Government Personnel Work Product.252.204-7004 Alt A System for Award Management Alternate A.252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015)252.204-7011 ALTERNATIVE LINE-ITEM STRUCTURE 252.204-7012 Safeguarding of unclassified controlled technical information.252.204-7015 Disclosure of Information to Litigation Support Contractors 252.225-7002 Qualifying country sources as subcontractors.252.225-7048 Export-Controlled Items.252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.252.232-7006 Wide Area Workflow Payment Instructions.252.232-7010 Levies on Contract Payments.252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel.252.243-7001 Pricing Of Contract Modifications (DEC 1991).252.244-7000 Subcontracts for Commercial Items.252.247-7023 Transportation of Supplies by Sea.SUPTXT243-9400(1-92) Authorized Charges Only by the KO (FEB 2008)A204-9400(1-17) Contractor Unclassified Access to Federally Controlled Facilities, Sensitive Information, Information Technology (IT) Systems or Protected Health Information (Jan 2017)Homeland Security Presidential Directive (HSPD)-12, requires government agencies to develop and implement Federal security standards for Federal employees and contractors. The Deputy Secretary of Defense Directive-Type Memorandum (DTM) 08-006 – “DoD Implementation of Homeland Security Presidential Directive – 12 (HSPD-12)” dated November 26, 2008 (or its subsequent DoD instruction) directs implementation of HSPD-12. This clause is in accordance with HSPD-12 and its implementing directives.APPLICABILITYThis clause applies to contractor employees requiring physical access to any area of a federally controlled base, facility or activity and/or requiring access to a DoN or DoD computer/network/system to perform certain unclassified sensitive duties. This clause also applies to contractor employees who access Privacy Act and Protected Health Information, provide support associated with fiduciary duties, or perform duties that have been identified by DON as National Security Position, as advised by the command security manager. It is the responsibility of the responsible security officer of the command/facility where the work is performed to ensure compliance. Each contractor employee providing services at a Navy Command under this contract is required to obtain a Department of Defense Common Access Card (DoD CAC). Additionally, depending on the level of computer/network access, the contract employee will require a successful investigation as detailed below. ACCESS TO FEDERAL FACILITIESPer HSPD-12 and implementing guidance, all contractor employees working at a federally controlled base, facility or activity under this clause will require a DoD CAC. When access to a base, facility or activity is required contractor employees shall in-process with the Navy Command’s Security Manager upon arrival to the Command and shall out-process prior to their departure at the completion of the individual’s performance under the contract.ACCESS TO DOD IT SYSTEMSIn accordance with SECNAV M-5510.30, contractor employees who require access to DoN or DoD networks are categorized as IT-I, IT-II, or IT-III. The IT-II level, defined in detail in SECNAV M-5510.30, includes positions which require access to information protected under the Privacy Act, to include Protected Health Information (PHI). All contractor employees under this contract who require access to Privacy Act protected information are therefore categorized no lower than IT-II. IT Levels are determined by the requiring activity’s Command Information Assurance Manager. Contractor employees requiring privileged or IT-I level access, (when specified by the terms of the contract) require a Single Scope Background Investigation (SSBI) or T5 or T5R equivalent investigation, which is a higher level investigation than the National Agency Check with Law and Credit (NACLC) described below.Due to the privileged system access, an investigation suitable for High Risk national security positions is required. Individuals who have access to system control, monitoring, or administration functions (e.g. system administrator, database administrator) require training and certification to Information Assurance Technical Level 1, and must be trained and certified on the Operating System or Computing Environment they are required to maintain. Access to sensitive IT systems is contingent upon a favorably adjudicated background investigation. When access to IT systems is required for performance of the contractor employee’s duties, such employees shall in-process with the Navy Command’s Security Manager and Information Assurance Manager upon arrival to the Navy command and shall out-process prior to their departure at the completion of the individual’s performance under the contract. Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources. The decision to authorize access to a government IT system/network is inherently governmental. The contractor supervisor is not authorized to sign the SAAR-N; therefore, the government employee with knowledge of the system/network access required or the COR shall sign the SAAR-N as the “supervisor.” The SAAR-N shall be forwarded to the Command’s Security Manager at least 30 days prior to the individual’s start date. Failure to provide the required documentation at least 30 days prior to the individual’s start date may result in delaying the individual’s start date. When required to maintain access to required IT systems or networks, the contractor shall ensure that all employees requiring access complete annual Information Assurance (IA) training, and maintain a current requisite background investigation. The Contractor’s Security Representative shall contact the Command Security Manager for guidance when reinvestigations are required. INTERIM ACCESSThe Commands Security Manager may authorize issuance of a DoD CAC and interim access to a DoN or DoD unclassified computer/network upon a favorable review of the investigative questionnaire and advance favorable fingerprint results. When the results of the investigation are received and a favorable determination is not made, the contractor employee working on the contract under interim access will be denied access to the computer network and this denial will not relieve the contractor of his/her responsibility to perform. DENIAL OR TERMINATION OF ACCESSThe potential consequences of any requirement under this clause including denial or termination of physical or system access in no way relieves the contractor from the requirement to execute performance under the contract within the timeframes specified in the contract. Contractors shall plan ahead in processing their employees and subcontractor employees. The contractor shall insert this clause in all subcontracts when the subcontractor is permitted to have unclassified access to a federally controlled facility, federally-controlled information system/network and/or to government information, meaning information not authorized for public release.CONTRACTOR’S SECURITY REPRESENTATIVEThe contractor shall designate an employee to serve as the Contractor’s Security Representative. Within three work days after contract award, the contractor shall provide to the requiring activity’s Security Manager and the Contracting Officer, in writing, the name, title, address and phone number for the Contractor’s Security Representative. The Contractor’s Security Representative shall be the primary point of contact on any security matter. The Contractor’s Security Representative shall not be replaced or removed without prior notice to the Contracting Officer and Command Security Manager. BACKGROUND INVESTIGATION REQUIREMENTS AND SECURITY APPROVAL PROCESS FOR CONTRACTORS ASSIGNED TO NATIONAL SECURITY POSITIONS OR PERFORMING SENSITIVE DUTIES Navy security policy requires that all positions be given a sensitivity value based on level of risk factors to ensure appropriate protective measures are applied. Contractor employees under this contract are recognized as Non-Critical Sensitive [ADP/IT-II] positions when the contract scope of work require physical access to a federally controlled base, facility or activity and/or requiring access to a DoD computer/network, to perform unclassified sensitive duties. This designation is also applied to contractor employees who access Privacy Act and Protected Health Information (PHI), provide support associated with fiduciary duties, or perform duties that have been identified as National Security Positions. At a minimum, each contractor employee must be a US citizen and have a favorably completed NACLC or T3 or T3R equivalent investigation to obtain a favorable determination for assignment to a non-critical sensitive or IT-II position. The investigation consists of a standard NAC and a FBI fingerprint check plus law enforcement checks and credit check. Each contractor employee filling a non-critical sensitive or IT-II position is required to complete:• SF-86 Questionnaire for National Security Positions (or equivalent OPM investigative product)• Two FD-258 Applicant Fingerprint Cards (or an electronic fingerprint submission)• Original Signed Release StatementsFailure to provide the required documentation at least 30 days prior to the individual’s start date shall result in delaying the individual’s start date. Background investigations shall be reinitiated as required to ensure investigations remain current (not older than 10 years) throughout the contract performance period. The Contractor’s Security Representative shall contact the Command Security Manager for guidance when reinvestigations are required.Regardless of their duties or IT access requirements ALL contractor employees shall in-process with the Command’s Security Manager upon arrival to the command and shall out-process prior to their departure at the completion of the individual’s performance under the contract. Employees requiring IT access shall also check-in and check-out with the Navy Command’s Information Assurance Manager. Completion and approval of a System Authorization Access Request Navy (SAAR-N) form is required for all individuals accessing Navy Information Technology resources. The SAAR-N shall be forwarded to the Navy Command’s Security Manager at least 30 days prior to the individual’s start date. Failure to provide the required documentation at least 30 days prior to the individual’s start date shall result in delaying the individual’s start date. The contractor shall ensure that each contract employee requiring access to IT systems or networks complete annual Information Assurance (IA) training, and maintain a current requisite background investigation. Contractor employees shall accurately complete the required investigative forms prior to submission to the Command Security Manager. The Command’s Security Manager will review the submitted documentation for completeness prior to submitting it to the Office of Personnel Management (OPM); Potential suitability or security issues identified may render the contractor employee ineligible for the assignment. An unfavorable determination is final (subject to SF-86 appeal procedures) and such a determination does not relieve the contractor from meeting any contractual obligation under the contract. The Command’s Security Manager will forward the required forms to OPM for processing. Once the investigation is complete, the results will be forwarded by OPM to the DoD Central Adjudication Facility (CAF) for a determination. If the contractor employee already possesses a current favorably adjudicated investigation, the contractor shall submit a Visit Authorization Request (VAR) via the Joint Personnel Adjudication System (JPAS) or a hard copy VAR directly from the contractor’s Security Representative. Although the contractor will take JPAS “Owning” role over the contractor employee, the Command will take JPAS Servicing role over the contractor employee during the hiring process and for the duration of assignment under that contract. The contractor shall include the IT Position Category per SECNAV M-5510.30 for each employee designated on a VAR. The VAR requires annual renewal for the duration of the employee’s performance under the contract. BACKGROUND INVESTIGATION REQUIREMENTS AND SECURITY APPROVAL PROCESS FOR CONTRACTORS ASSIGNED TO OR PERFORMING NON-SENSITIVE DUTIES Contractor employee whose work is unclassified and non-sensitive (e.g., performing certain duties such as lawn maintenance, vendor services, etc.) and who require physical access to publicly accessible areas to perform those duties shall meet the following minimum requirements: • Must be either a US citizen or a US permanent resident with a minimum of 3 years legal residency in the United States (as required by The Deputy Secretary of Defense DTM 08-006 or its subsequent DoD instruction) and • Must have a favorably completed National Agency Check with Written Inquiries (NACI) or T1 investigation equivalent including a FBI fingerprint check prior to installation access. To be considered for a favorable trustworthiness determination, the Contractor’s Security Representative must submit for all employees each of the following: • SF-85 Questionnaire for Non-Sensitive Positions• Two FD-258 Applicant Fingerprint Cards (or an electronic fingerprint submission)• Original Signed Release StatementsThe contractor shall ensure each individual employee has a current favorably completed National Agency Check with Written Inquiries (NACI) or T1 equivalent investigation, or ensure successful FBI fingerprint results have been gained and investigation has been processed with OPM Failure to provide the required documentation at least 30 days prior to the individual’s start date may result in delaying the individual’s start date. * Consult with your Command Security Manager and Information Assurance Manager for local policy when IT-III (non-sensitive) access is required for non-US citizens outside the United States.NMCARS 5237.102(90)Establishes the Enterprise-wide Contractor Manpower Reporting Application (ECMRA)“The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract (Commander Navy Region Southeast) via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil . Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil.”AVAILABILITY OF FUNDSPursuant to FAR 52.232-18, funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract. The notice of availability of funds issued pursuant to this clause will be posted to the NAVSUP FLC Norfolk web page at https://www.navsup.navy.mil/navsup/ourteam/navsupgls/prod_serv/contracting/con_navsupflcn.WAGE DETERMINATIONPursuant to Federal Acquisition Regulation (FAR) CLAUSE 52.222-41, Service Contract Act of 1965, as amended, the US Department of Labor Register Number 2015-4561, Revision No.3, dated 07/25/2017, is hereby incorporated and shall apply to the period 11/06/2018 – 11/05/2019.234440 – Heavy Equipment Operator: $18.73 hourly. Contact Information: ODAJIE RICKERBY (904) 270-5699 ODAJIE RICKERBYOdajie.rickerby@navy.mil(904) 270-5699 Office Address :N68836 NAVSUP Fleet Logistics Center Jacksonville Mayport Office Bldg. 191, Naval Station Mayport Fleet Contracting Center Mayport, FL Location: NAVSUP Fleet Logistics Center Jacksonville Mayport Office Set Aside: Total Small Business

NAVSUP Fleet Logistics Center Jacksonville Mayport OfficeLocation

Address: NAVSUP Fleet Logistics Center Jacksonville Mayport Office

Country : United StatesState : Florida

You may also like

Service of Mono Rail crane

Due: 15 May, 2024 (in 10 days)Agency: Council of Scientific and Industrial Research

W--Two (2) Dump Trucks & Backhoe with Trailer

Due: 31 Jul, 2024 (in 2 months)Agency: DEPT OF DEFENSE

FACILITY HEAVY EQUIPMENT REPAIR SERVICES

Due: 11 Mar, 2025 (in 10 months)Agency: FOOD AND DRUG ADMINISTRATION

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