5-6 YD Dump Truck Rental
ID: W912CN-24-Q-0050Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0413 AQ HQ RCO-HIFORT SHAFTER, HI, 96858-5025, USA

NAICS

Construction, Transportation, Mining, and Forestry Machinery and Equipment Rental and LeasingT (53241)

PSC

MISCELLANEOUS CONSTRUCTION EQUIPMENT (3895)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Regional Contracting Office Hawaii (RCO-HI), is seeking quotes for the rental of a 5-6 yard dump truck to support medium-duty construction operations at Schofield Barracks, Hawaii. The contractor must provide a truck equipped with specific features, including a tarp system, in-cab bed controls, and a minimum 6.7L V8 turbo diesel engine, with a performance period from September 30, 2024, to October 31, 2024, and an option for an additional month. This procurement is crucial for fulfilling the operational needs of military construction services, and interested small businesses must submit their quotes electronically by September 11, 2024, at 5:00 PM Hawaii Standard Time, ensuring compliance with all specified requirements and regulations. For further inquiries, potential offerors can contact SFC Britny Bridges at britny.d.bridges.mil@army.mil or by phone at 808-787-8835.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal Request for Quote (RFQ) for the rental of a 5-6 yard dump truck, primarily for use in construction applications at Schofield Barracks, Hawaii. The RFQ is issued under solicitation number W912CN24Q0050, with offers due by 5:00 PM on September 11, 2024. Key requirements include specific truck features such as a tarp system, in-cab controls, and a minimum engine specification. The contract performance period is segmented into three months, starting September 30, 2024, and includes an option for an additional month. Contractors must provide various representations and certifications, ensure compliance with several Federal Acquisition Regulation (FAR) clauses, and deliver their quotes electronically by the specified deadline. The government retains the right to reject any or all responses. The document emphasizes the importance of monitoring the System for Award Management (SAM) for updates and amendments. This RFQ highlights the government's procurement process for commercial items, reflecting both the operational needs of military construction services and regulatory compliance protocols in federal contracting practices.
    The document is an amendment to a solicitation, specifically adding a Question and Answer Document to the original request for proposals (RFP) associated with contract ID W912CN24Q0050. The amendment indicates that all terms and conditions from the original solicitation remain unchanged except for modifications noted. An essential aspect is the requirement for contractors to acknowledge receipt of this amendment to avoid rejection of their offers. The document was signed by the contracting officer on September 6, 2024, with its primary goal being to clarify and facilitate information regarding the solicitation. It underscores the importance of timely communication in procurement processes while adhering to efficiency protocols mandated by federal regulations. Each change, including extended dates for receipt of offers if applicable, is designated in item 14 of the document. The amendment ultimately acts to provide further guidance and clarity to potential offerors in the bidding process.
    This document outlines the submission process for a Request for Quote (RFQ) from the federal government. It specifies that the RFQ will be posted on the System for Award Management (SAM) website, and contractors must monitor this site for any amendments until the solicitation's closing date. Quotes must be submitted via email to the designated contract specialist, Britny Bridges, and cannot be faxed. The deadline for submissions is based on Hawaii Standard Time, and contractors must hold their quoted prices firm for 90 days. Contractors must adhere to strict requirements, including completing the RFQ SF 1449 form and providing specific FAR Clauses. To submit a quote, prospective offerors must have an active SAM account. Furthermore, any questions regarding the solicitation must be directed to Britny Bridges by a specified deadline, and responses will be shared in an amendment posted on SAM. The document emphasizes that the government retains the right to reject any quotes and is not liable for costs incurred by contractors in response to the RFQ. Overall, this RFQ process ensures transparency and adherence to federal bidding regulations.
    The document addresses key specifications for a truck rental as part of a government request. It clarifies the fuel requirements, emphasizing the need for a diesel engine using diesel fuel, despite an initial inconsistency regarding fuel type. The truck's operational context is also outlined, indicating it will primarily be in motion, with an estimated driving distance of approximately 1,500 miles during the rental period. This information is crucial for vendors responding to the RFP, ensuring they understand the specific needs and logistics related to the engine type and expected usage of the vehicle. Overall, the document seeks to establish clarity on the vehicle requirements for prospective suppliers in compliance with the RFP guidelines.
    The document outlines the specifications for acquiring a 5–6-yard dump truck intended for medium-duty construction applications. The requirements include features such as a tarp system, in-cab bed controls, and a non-CDL gas engine capable of hauling loose materials like gravel and demolition waste. Specifically, the truck must have a minimum 6.7L V8 turbo diesel engine with at least 270 horsepower, a four-wheel drivetrain, automatic transmission, and additional attributes like an engine exhaust brake and oil maintenance minder. It specifies a maximum GVWR of 25,999 pounds and a towing capacity of 10,000 pounds. The contract period spans two months from September 30, 2024, to December 2, 2024, with an option period until January 2, 2025, requiring a minimum seven-business-day notice for execution. Deliveries and pickups are to be made at the Directorate of Public Works at Schofield Barracks, HI. The document serves as a request for proposals to meet the specific needs of government operations involving construction and public works.
    The government solicitation W912CN24Q0050 seeks quotes for the rental of a 5-6 yard dump truck for medium-duty construction purposes. The request specifies features such as a tarp system and in-cab bed controls, along with a power requirement of a minimum 6.7L V8 Turbo Diesel engine. The initial performance period is from September 30 to October 31, 2024, with an option for an additional month. Quotes must be submitted electronically by September 11, 2024, with an emphasis on compliance with the Federal Acquisition Regulation (FAR) and certification requirements. Interested contractors are advised to check the System for Award Management (SAM) site for updates or amendments to the solicitation. Submission must include fully completed forms and ensure prices remain valid for 90 days. The document also outlines clauses related to telecommunications services, emphasizing prohibitions against certain covered telecommunications equipment. This solicitation illustrates the federal government’s efforts to procure specific equipment while ensuring regulatory compliance and promoting small businesses, particularly service-disabled veteran-owned and economically disadvantaged women-owned enterprises in its contracting processes.
    Lifecycle
    Title
    Type
    5-6 YD Dump Truck Rental
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Bus Service JPMRC 25-01
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide bus transportation services for the Joint Pacific Multinational Readiness Capability (JPMRC) 25-01 exercise in Hawaii. The contract requires the provision of up to four air-conditioned deluxe coach buses, complete with operational services such as fuel, delivery, and trained drivers, to support military operations at the Pohakuloa Training Area from October 7 to 13, 2024. This procurement is crucial for ensuring safe and reliable transportation for personnel during the exercise, adhering to strict quality control and safety standards. Interested contractors must submit their quotes by 1:00 PM HST on September 26, 2024, and can reach out to Justin Scherer at justin.scherer.1@us.af.mil for further inquiries.
    NTC 25-02 36K Forklifts Subject to Availability of Funds
    Active
    Dept Of Defense
    The Department of Defense, through the Army's MICC Fort Cavazos, is seeking bids for the rental of three 36K Forklifts, with a focus on supporting small businesses under a Total Small Business Set-Aside contract. The procurement requires the delivery of fully operational forklifts to Fort Irwin, California, ensuring compliance with safety and environmental regulations, and includes a performance period from October 8 to November 27, 2024. This equipment is crucial for military logistics and training operations at the National Training Center, emphasizing the government's commitment to quality and regulatory compliance. Interested contractors must submit their quotes by 11:30 AM Eastern Time on August 30, 2024, and can reach out to Dale Patterson or SSG Ben Shepherd for further inquiries.
    Tractor Trailer for Snow Removal and Mowing
    Active
    Dept Of Defense
    The Department of Defense, through the Army's Regional Contracting Office in Alaska, is soliciting proposals for a tractor trailer designed for snow removal and mowing operations at Joint Base Elmendorf-Richardson (JBER). The procurement requires a vehicle with specific capabilities, including a minimum weight of 3,500 lbs, a lift capacity of at least 2,000 lbs, a 4x4 drivetrain, and the ability to clear snow depths of at least 12 inches while mowing up to 10 acres of unimproved terrain. This equipment is crucial for maintaining operational readiness and effective land management in the challenging Alaskan winter climate. Interested vendors must submit their proposals by 12 PM Alaska Time on September 17, 2024, and can direct inquiries to Tina Persinger Horrocks at tina.d.persingerhorrocks.civ@army.mil or by phone at 907-353-6927.
    Sprung Shelter Disassembly
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army's 413th Contracting Support Brigade, intends to award a firm fixed price contract for the disassembly of a Sprung structure located at East Range, Wahiawa, Hawaii. The objective of this procurement is to facilitate the immediate disassembly and packing of the shelter, which is necessary to clear the area for a new staging site for incoming equipment and vehicles. This operation is critical as it must be conducted by Diversified Equipment Incorporated to maintain the manufacturer's warranty, ensuring future serviceability should the structure be re-erected. Interested parties are encouraged to submit quotations by September 16, 2024, at 9:00 AM HST, to the primary contact, CPT Michael W. Holly, at michael.w.holly.mil@army.mil, or to the secondary contact, Lurline Holly, at lurline.c.holly.mil@army.mil.
    WRECKER, 35 TON INTEGRATED RECOVERY BOOM AND UNDERLIFT
    Active
    Dept Of Defense
    The Department of Defense, through the 11th Contracting Squadron, is soliciting bids for a 35 Ton Wrecker with an integrated recovery boom and underlift, intended for delivery to Joint Base Anacostia-Bolling in Washington, D.C. The procurement aims to enhance the operational capabilities of the Air Force by acquiring a vehicle that meets specific technical requirements, including a minimum engine performance of 500 hp and compliance with U.S. emissions standards. This opportunity is particularly significant as it supports small businesses, with a total small business set-aside, and emphasizes the importance of competitive pricing and technical specifications in the selection process. Interested vendors must submit their proposals electronically by September 18, 2024, and direct any inquiries to J. Brandon La'Pierre at jerome.lapierre.1@us.af.mil or Gregory Bishop at gregory.bishop.8@us.af.mil, noting that no awards will be made until funds are available.
    Telehandler Rental
    Active
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of a telehandler, as outlined in solicitation number N3904024Q0205. The rental period is scheduled from January 20, 2025, to January 29, 2026, with an option to extend until December 18, 2026, and the procurement is set aside for small businesses under NAICS code 532490, which pertains to other commercial and industrial machinery rental and leasing. This telehandler, with a minimum lifting capacity of 12,000 pounds, is essential for maintaining operational capabilities at the shipyard, and bidders must adhere to specific safety and operational requirements while providing evidence of compliance. Interested vendors must submit their proposals, including technical documentation, via email by October 1, 2024, and can direct inquiries to Skylar Elliott at skylar.n.elliott.civ@us.navy.mil or by phone at 207-438-1358.
    M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) 40-Ton
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the production of the M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET), with a capacity of 40 tons. This procurement aims to secure a low-bed semitrailer capable of transporting various engineering construction equipment and vehicles, designed for tactical use in diverse environments and compliant with multiple safety standards. The contract will be a total small business set-aside, structured as a five-year Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with two optional years, allowing for a minimum of 10 and a maximum of 840 units to be ordered. Interested parties should note the extended proposal submission deadline of September 23, 2024, and can reach out to primary contact Mike Daubenmeyer at michael.f.daubenmeyer.civ@army.mil for further inquiries.
    554 RHS Freighter Vehicle Part - Andersen AFB, Guam
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of a Freightliner vehicle part, designated as part number 301D/DDE R23534729, intended for a 2018 Freightliner M2 vehicle at Andersen Air Force Base in Yigo, Guam. This acquisition is fully set aside for small businesses under NAICS Code 336310, emphasizing the importance of sourcing OEM components to maintain military vehicle operational readiness. Vendors must submit their quotes by 1:00 PM Chamorro Standard Time on September 20, 2024, with delivery expected 160 days post-award, and all inquiries should be directed to the designated contacts by September 13, 2024. For further information, interested parties can reach out to Shelby Benko at shelby.benko.1@us.af.mil or SSgt Vanessa Gray at vanessa.gray.1@us.af.mil.
    FORKLIFT RENTAL BASE PLUS OPTIONS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NIWC Atlantic, is soliciting quotes for forklift rental services for a base year with four additional option years. The procurement aims to secure reliable materials handling equipment essential for various operations, ensuring operational efficiency and support. Interested vendors are required to submit a cover letter, quote, and Reps/Certs documentation as part of their proposal package, with all submissions directed to Contract Specialist Michelle Pierce at michelle.a.pierce15.civ@us.navy.mil or by phone at 843-218-2025. This opportunity falls under the NAICS code 532412 and is categorized as a solicitation for commercial items, with no separate written solicitation to be issued.
    Clean Fill Dirt (certified contaminant free) wanted for purchase by Marine Corps Base Hawaii - 1000 ton loads, approximately 4000 tons per year.
    Active
    Dept Of Defense
    Sources Sought notice from the Department of Defense, specifically the Department of the Navy, is seeking certified contaminant-free Clean Fill Dirt for purchase by Marine Corps Base Hawaii. The procurement target is 1000 ton loads, with approximately 4000 tons needed per year. Clean Fill Dirt is typically used for landscaping and groundskeeping purposes. The soil must be certified as non-contaminated and can include up to 6-inch rocks and smaller inclusions. The soil does not need to be spread, only dropped in a specified location on the base. The place of performance is MCBH Kaneohe Bay, HI 96863, USA. For further information, please refer to the attached form. The primary contact for this procurement is Adam Duffy, who can be reached at adam.duffy@usmc.mil or 8082571262.