Contact: Juanita A Granger, 001 501 324 5720; Robert (Bob) Coke at 001 479 968 5008 ext 224, or Bud Phillips at extension 239. Fax Mr Coke 001 479 858 7129

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Little Rock District, Corps of Engineers, Request for Quotation (RFQ) W9127S-07-T-0077 to furnish and deliver Crawler Crane Rental for one (1) Link Belt, LS 138 II Crawler Crane or approved equal to the U.S. Army Corps of Engineers, Russellville, Arkansas. This RFQ is set-aside for Small Business Only. The associated NAICS code is 532412 and Size Standard is $6.5 million. The solicitation document and incorporated provisions and c lauses are those in effect through Federal Acquisition Circular 2005-16. Quotations are being sought for the following Contract Line Item (CLIN). CLIN 0001 Lease one (1) Link Belt, LS 138 II as described or approved equal per month for 6 months. Price needs to include price per month. CRAWLER CRANE RENTAL Russellville Project 1. SCOPE OF WORK: Provide all materials, equipment, labor, and services necessary to furnish and deliver for rental one Link Belt, LS 138 II as described or approved equal to the U.S. Army Corps of Engineers, Russellville, Arkansas. Point of contact is Robert (Bob) Coke at (479) 968-5008 X 224, or Bud Phillips at extension 239. Fax information may be sent Attention: Mr. Coke at (479) 858-7129. 2. CRANE REQUIREMENTS: The crane shall be in better to excellent condition. 2.1 Basic requirements: Type: Crawler Crane (No RT type cranes will be considered) Capacity: Eighty (80) ton minimum at 12 foot and 360 degree radius. Hoist: Double drum system for hook block and auxiliary line. Boom: 120-foot main boom 5-foot auxiliary tip Block: 4-part main block and hook Ball and hook Cab: Enclosed with A/C and heat. Tailswing: 14.5 maximum, including counter weights Track Width: 17.0 maximum, extended 2.2 A Load Indicator Device (LID) or Load Moment Indicator (LMI) is required. A Line Rider type is not acceptable. 2.3 The crane shall comply with the most current ANSI/ASME B30.23, Personnel Lifting Systems and B30.5 Mobile and Locomotive Cranes. All applicable OSHA safety standards to include an Anti -Two – Block (A2B) system shall apply. 2.4 Unless otherwise designated by the crane manufacturer, provide a Load List Chart from 1 5 degrees for barge mounting. 3. MAINTENANCE: Maintenance of the crane shall be in accordance with industry standards. A maintenance agreement must be presented with the rental agreement, and signed by the Government and Rental Company prior to accepting the crane. 3.1 In the event of breakdown, the Rental Company shall be required to provide prudent attention to getting the equipment back into service with as little down time as practical. 3.2 The rented crane shall have been freshly serviced by the Rental Company before arrival at the project site. 4. ASSEMBLY AND INSPECTION: A certified assembly person shall be provided by the crane Rental Company to insure proper assembly of the crane and to certify the crane is operating safely and correctly. The crane shall also be inspected by a certified Gover nment crane inspector. The same shall be required for disassembly after the rental period is complete. 5. RENTAL: The initial rental period shall be for six months. Mobilization, demobilization assembly and disassembly shall be included in the total cost for the initial period. Break down the initial proposal into line items as listed. a. Mobilization b. Assembly c. Disassembly d. Demobilization e. Six months rental 5.1 Extension Options: The rental contract shall include the option to extend the rental in six month increments. If the option to extend the rental is exercised, the disassembly and demobilization shall occur at the end of the rental contra ct. Options shall be bid as a separate bid item. Extension options shall not exceed three (3) years from the initial period. 5.2 Notification: An agreement to notify the Government either in writing or by email 30 days prior to the end of each six month rental period is required. Likewise, the Government will notify the Contractor within 30 days of their option to extend the re ntal for another six month period. 6. PERFORMANCE AND DELIVERY: A maximum of four weeks after receipt of the award by the Rental Company shall be allowed for delivery of the crane. Delivery shall be between the hours of 7:00 a.m. and 4:30 p.m. Monday through Thursday excluding holidays. PLEASE NOTE: No deliveries can be accepted on Friday. 7. PAYMENT: Payment shall be made at the beginning of each rental period, but after the inspection and certification of the equipment has been completed. QUOTATIONS ARE DUE on 23 May 2007 by 2:00 PM. Quotations are to be mailed to U.S. Army Corps of Engineers, Contracting Division (Room 7315) 700 W Capitol Ave, Little Rock, AR 72201 or faxed to Juanita Granger @ 501-324-5196. Quotations will be awarded for the lowest price that meets the Governments specifications and delivery. The following solicitation provisions and clauses are incorporated. 52.204-7 Central Contract Registration, 52.212-1 Instructions to Offerors Commerc ial with addendum to provision as follows; Please note your DUNS number or CAGE code and Federal Tax ID on your quote. Paragraphs (d) and (e) are deleted, 52.212-2 Evaluation-Commercial Items, 52.212-3 Offeror Representations and Certifications-Commercial Items, 252.212-7000 Offeror Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items with the fo llowing applicable clauses 52.219-6 Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vi etnam Era, Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.232-33 Payment by Electronic Funds Trans fer-Central Contractor Registration. Payment will be made by Electronic Funds Transfer and vendor MUST be CCR registered prior to award of contract. A completed copy of 52.212-3 must be submitted with your quotation UNLESS the vender has completed the annual representations and certifications electronically at the ORCA website http://orca.bpn.gov . The full text of a solicitation provision or clause may be accessed electronically at this address(es) http://farsite.hill.af.mil/vffar1.htm , http://www.arnet .gov/far/.

INTERNET ADDRESS: http://www.fbo.gov/spg/USA/COE/DACA03/W9127S07T0077/listing.html

Provided by Federal Information & News Dispatch, Inc. (FIND) 202-429-5944