Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2012 FBO #3821
SOLICITATION NOTICE

W -- 3 Ton & 7.5 Ton Diesel Forklift Rentals

Notice Date
5/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060412T3117
 
Response Due
5/11/2012
 
Archive Date
5/26/2012
 
Point of Contact
Edwayne Sangalang 8088889391
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures at FAR Part 13 as supplemented with the additional information included in this notice. 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 and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-12-T-3117. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-58 and DFARS Change Notice 20120420. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 532490 and the Small Business Standard is $7M. The proposed contract is unrestricted competition. The NAVSUP Fleet Logistics Center Pearl Harbor Contracting Department requests responses from qualified sources capable of providing: CLIN 0001 ”Diesel Forklifts (high-lift) Lease,1 group: (1 each) “ 3-TON Diesel powered with fork extensions(tines) and lifting brackets IAW MHE Inspection Form Period of Performance: 14 May 2012 “ 13 May 2013 (1 each) “ 7 ½ -TON Diesel powered with regular forks and lifting brackets IAW MHE Inspection Form Period of Performance: 14 May 2012 “ 13 May 2013 Included in services: A) Accomplish repairs, maintenance to the forklifts and respond in 24 hours after notification of the downed equipment. If repairs cannot be accomplished within 24 hours after responding, a replacement forklift, of equal capacity shall be provided. B) Provide operators manual to PHNSY&IMF Codes 700 and 900. C) Provide all safety bulletins including past ones when the operator ™s manual is delivered and any other bulletins immediately as they are issued. D) Provide a copy of the certification of the personnel lift. E) Provide any training videos if available. F) Provide instructions for any un-usual pre-operation safety checks that need to be completed. G) Pick-up and delivery. DELIVERY shall be made to the Pearl Harbor Navy Shipyard & Intermediate Maintenance Facility, 667 Safeguard Street, Ste. 100, Pearl Harbor, HI 96860-5033. Delivery date is requested within 3 DAYS of receipt of award by 4:00 PM HAWAII STANDARD TIME. Please provide details your delivery plans. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, 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 Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18 Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restriction on Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.215-5, Facsimile Proposals 52.252-2, Clauses Incorporated by Reference Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.204-7004, Alt A CCR Registration 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability 252.212-7001 Contract Terms and Conditions for Defense Acquisitions of Commercial Items 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act & Balance of Payments 252.232-7003, Electronic Submission of Payment Requests 252.237-7011, Prohibition on Interrogation of Detainees by Contractor Personnel 252.232-7010, Levies on Contract Payments 252.247-7023 and its Alt III, Transportation of Supplies by Sea 5252.232-9402, Wide Area Workflow (WAWF) 5252.243-9400, Authorized Changes by the KO 5252.NS-046P, Prospective Contractor Responsibility This announcement will close on Friday, May 11, 2012 at 12p.m., Hawaii Standard Time(HST). Please submit offers to edwayne.sangalang@navy.mil or fax at 808-473-5750. Please contact Edwayne Sangalang at 808-473-7577 with any questions you may have. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. This final contract award will be based on a determination of responsibility/ technically acceptable low quotes. To facilitate processing of your quote please include your DUNS number, CAGE CODE number and your Federal Tax Identification number on your quote. Vendor must be able to accept Government-wide commercial purchase card. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Registration must be current and in good standing. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, CAGE CODE and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060412T3117/listing.html)
 
Record
SN02742814-W 20120511/120509234652-1b3a3b4584eb8f161840d2664b751ee8 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.