Blanket Purchase Agreements (BPAs) for heavy construction vehicle rentals

Agency: DEPT OF DEFENSE
State: Florida
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159016709791588
Posted Date: Apr 5, 2024
Due Date: Mar 26, 2024
Solicitation No: W912EP24Q0005
Source: Members Only
Follow
Blanket Purchase Agreements (BPAs) for heavy construction vehicle rentals
Active
Contract Opportunity
Notice ID
W912EP24Q0005
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SAD
Office
W074 ENDIST JACKSNVLLE
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 05, 2024 11:20 am EDT
  • Original Published Date: Mar 12, 2024 09:47 am EDT
  • Updated Response Date: Mar 26, 2024 11:00 am EDT
  • Original Response Date: Mar 26, 2024 11:00 am EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Apr 10, 2024
  • Original Inactive Date: Apr 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: W038 - LEASE OR RENTAL OF EQUIPMENT- CONSTRUCTION, MINING, EXCAVATING, AND HIGHWAY MAINTENANCE EQUIPMENT
  • NAICS Code:
    • 532412 - Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
  • Place of Performance:
    Jacksonville , FL
    USA
Description

The U.S. Army Corps of Engineers (USACE) Jacksonville District Contracting Office (SAJ-CT) intends to solicit and establish non-priced Blanket Purchase Agreements (BPAs) for heavy construction vehicle rentals in accordance with FAR Part 12 and 13. This is a 100% Small Business Set-Aside with the following NAICS codes:






  • 532412 Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing.

  • 532490 Other Commercial and Industrial Machinery, equipment Rental, Leasing.

  • 336999 All-terrain vehicles (ATVs) wheeled or tracked, manufacturing.

  • 333120 Aggregate spreaders manufacturing.





These NAICS covers both rented/leased equipment. The predominant NAICS is 532412, and the small business size standard is $40 Million.





A small business firm as defined by this standard may compete for a Heavy Equipment BPA. A non-exhaustive list specifying frequently used equipment is included with this synopsis, but all equipment will be confined to the aforementioned NAICS codes. The areas of performance will be within the states of Florida and Georgia. This announcement constitutes the only solicitation.





The synopsis reference number is W912EP-24-Q-0005 The following factors shall be used to evaluate offers to establish the BPA: Technical, Past Performance, and Price Listing for Heavy Construction Equipment for acceptability. The government anticipates establishing a minimum of three (3) with a maximum of four (4) BPAs. The BPA’s will be established with the technically responsible firms who have demonstrated satisfactory past performance for the rental of equipment as detailed in the Scope of Work (SOW) (see attached). The technical section is evaluated by capability to deliver the needed equipment on-site while meeting the delivery requirements in Section 1.





The contractor shall submit all supporting documents on their official company letterhead, with at a minimum, affirmation of active registration in the System for Award Management (SAM), Unique Entity ID (UID) number, any applicable processed credentials, and qualifications. Please keep general assertions of capability to a minimum, and emphasize the specific capability tailored to the BPA requirements and technical requirements below. Quotes will be evaluated for technical acceptability IAW the SOW with emphasis on delivery and the equipment listing. Quotes should include a brief description of equipment offered, limitations on available equipment or quantities ordered for a period, your firm’s capabilities to meet the delivery requirement below, how your firm determines delivery charges, prices for equipment, and include any other topic from the Master BPA attachment.





A Section considerate materially incomplete or lacking merit will be determined unacceptable.





All responses should include a point of contact, telephone number, and electronic mail address.





All responsible sources may submit an offer to be considered by the agency. A complete response shall consist of the following three sections:





Section I-Technical (Factor 1)



Section II-Past Performance (Factor 2)



Section III-Price Listing for Heavy Construction Equipment (Factor 3)





a. Section I-Technical: (Factor1)



The delivery requirement is to provide equipment within five (5) calendar days of the signed call to the field location identified in the call. The contractor is required to replace inoperable/unrepairable equipment if equipment repairs can NOT be completed within 72 hours. Please provide a narrative on how your firm will respond to repair and replacement of broken leased equipment in the submitted capability statement. The geographical areas work will be performed will be the state of Florida and some of the state of Georgia. Delivery charges are evaluated per each call and are based on a reasonable agreed to methodology, such as how delivery charges are ordinarily priced when completing filling an order. The Government may add an emergency order method for our field manager for certain items; this is not evaluated but for informational purposes. If the Government requires a quick equipment item with a total cost less than $10,000.00 such as a pump over a weekend; explain how your company will respond to get it onsite and any potential limitations on expediting the order within 72 hours. In addition, detail out other experiences or contractual instruments with emergency ordering.



b. Section II-Past Performance: (Factor 2). Each Offeror shall submit no more than three (3) past performance questionnaires. The 3 PPQs that are offered should be for projects of similar size and scope and shall be evaluated on their relevancy and recency.





The Government intends to review past performance information submitted and from any source available. These



sources include, but are not limited to, the Past Performance Information Retrieval System (PPIRS), points of



contact from the technical experience projects, or other databases, interviews with Program Managers, and



interviews with Contracting Officers. The past performance submitted will speak to factors III. Past performance will be evaluated to be either acceptable, neutral, or unacceptable.





The Government intends to review past performance information submitted and from any source available. These sources include, but are not limited to, the Contractor Performance Assessment Reporting System (CPARS), points of contact from the technical experience projects, or other databases, interviews with Program Managers, and interviews with Contracting Officers. The past performance submitted will speak to the delivery and heavy construction equipment list. Past performance will be evaluated to be either acceptable or unacceptable.





c. Section III-Price Listing for Heavy Construction Equipment (Factor 3). Identify the equipment that is not available to rent, seasonal equipment, or equipment that may be difficult to obtain, if everything is readily available state that fact as well. The swamp buggy is required for swampy areas of Florida. A barge with crew may be needed to ferry heavy equipment to and from across bodies of water such as rivers, lake, inter-coastal waterways. Identify if the swamp buggy and barge tugs are available and indicate if this equipment can be offered with operators and crew.



Note: The Government is not providing any equipment for use by the contractor.





Each heavy equipment BPA will only contain the terms and conditions that will flow down to the BPA call which will be the priced order from a competitive RFQ of BPA holders. Once established, each BPA holder will submit a price quote based upon the RFQ for heavy equipment needs as required within the area of responsibility (AOR) of Florida or Georgia. Vendor selection will be based on Lowest Price Technically Acceptable (LPTA) at point of call award.





All responsible sources (i.e., small businesses per NAICS, in SAM, not debarred) may respond to this synopsis and all responses will be considered by the agency. Responses to this notice may result in a BPA.





Responses should be furnished electronically to the contacts listed below not later than 11:00 A.M. EST, Tuesday, 26 March 2024.





Contract Specialist:



Jennifer Jefferson



Email: Jennifer.L.Jefferson@usace.army.mil



Phone: (904) 232-3697





Contracting Officer:



Gerald Garvey



Email: Gerald.L.Garvey@usacc.army.mil



Phone: (904) 232-3055


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • KO CONTRACTING DIVISION 701 SAN MARCO BLVD
  • JACKSONVILLE , FL 32207-0019
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >