Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2014 FBO #4672
SOLICITATION NOTICE

W -- Rental of Manlifts

Notice Date
9/7/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Portsmouth Navy Shipyard, Building 170, Kittery, Maine, 03904-5000, United States
 
ZIP Code
03904-5000
 
Solicitation Number
N39040-14-T-0350
 
Archive Date
9/30/2014
 
Point of Contact
Evan W. Coburn, Phone: 2074381630, Nicholas Kulakowski, Phone: 2074385253
 
E-Mail Address
evan.coburn@navy.mil, nicholas.kulakowski@navy.mil
(evan.coburn@navy.mil, nicholas.kulakowski@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in 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 FEDBIZOPPS (www.fbo.gov). The RFQ number is N39040-14-T-0350. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-72 and DFARS Change Notice 20130311. 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: http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. The NAICS code is 532490. The small business size standard for NAICS Code 532490 is $32.5 Million. This is a full and open (unrestricted) solicitation action. Portsmouth Naval Shipyard Code 410 Contracting requests responses from qualified business sources capable of providing: CLIN 0001 -scissor lift, Genie Lift Model Number GS2646 The manlift / scissor lift must be battery powered. The machine must have solid rubber tires and at least 2 OSHA approved tie off points. The manlift must be capable of traveling on the shipyard under its own power (across the yard, estimated distance 1 mile). The manlift must contain a battery charger on unit that can be plugged into standard electric outlets (110VAC). The manlift cannot be older than four model years at the start of the contract. CLIN 0002 -30'-45' electric articulating boom lift with a jib The manlift / boom lift must be battery powered as a primary power source; it may also contain an onboard generator to allow the batteries to be charged and to allow the manlift to be operated outside. The basket must have a minimum of 2 OSHA approved tie off points and be large enough for 2 people. The lift must have a capacity of 500 lbs. in all directions. The lift will have foam filled pneumatic tires. The manlift will have an articulating axle. The manlift must be capable of traveling on the shipyard over uneven terrain under its own power (across the yard, estimated distance 1 mile). The manlift must contain a battery charger onboard that can be plugged into standard electric outlets (110VAC). The manlift must be equipped with an electric outlet in the basket. The manlift cannot be older than four model years at the start of the contract. The manlift must come with a operators and instructors manual. This manlift must come with a class to train the PNSY instructor and personnel designated by Code 700. This training must be conducted by a trainer/instructor certified/authorized by the manufacturer. The manlift will have a maximum width of 6', weight of 17,000 lbs., turning radius of 14' on the outside, and a minimum horizontal reach of 20'. CLIN 0003-60' boom lift, JLG 600S The manlift / boom lift must be gasoline powered. The manlift must have foam filled tires. The manlift must be equipped with a generator that provides 120VAC power to allow for the use of tools in the basket and on the ground. The basket must have a minimum of 2 OSHA approved tie off points and be large enough for 2 people. The manlift shall be capable of being lowered into a dry-dock by an overhead crane without special handling gear. " OEM-specified lifting attachment points shall be properly installed prior to delivery." The manlift shall be a self-propelled hydraulic boom lift with a nominal 60 ft platform height. The contractor shall provide a sketch for each unit rented which includes lifting/rigging configuration, weight, and center of gravity location. The manlift will not be older than four model years at the start of the contract. CLIN 0004 - 80' boom lift, JLG 860SJ. The manlift / boom lift must be gasoline powered. The manlift must have foam filled tires. The manlift must be equipped with a generator that provides 120VAC power to allow for the use of tools in the basket and on the ground. The basket must have a minimum of 2 OSHA approved tie off points and be large enough for 2 people. The manlift shall be capable of being lowered into the dry-docks by an overhead crane without special handling gear. " OEM-specified lifting attachment points shall be properly installed prior to delivery." The manlift shall be a self-propelled hydraulic boom lift with a nominal 80 ft platform height. The contractor shall provide a sketch for each unit rented which includes lifting/rigging configuration, weight, and center of gravity location. The manlift will not be older than four model years at the start of the contract. PNSY expectations are that the manlifts will be delivered on the 1 st day of the period of performance. The contractor will have 90 calendar days, starting on the first day of the period of performance to deliver manlifts that meet the model year requirements. We will accept manlifts that are older than specified on a temporary basis provided the contractor exchanges them for newer models within the 90 day period. All other requirements in the specifications for the manlifts that are rented will be the same. Interim manlifts provided should be as close to required model year as possible. A. Government intended use is for maintenance of facilities and utilities, dry-dock repairs, submarine work. The units will not be used for spray painting/ sandblasting operations. Rental will be on a firm fixed price regardless of the hours used. B. Lessors, as required by the rental contract statement of work, will: 1) Deliver fully functional, safe operating AWPs. The equipment shall be delivered in first class operating condition. The unit shall have no visible fluid leaks during operation or sitting idle. 2) Perform Pre-Delivery Joint Inspection using enclosure (2) of NAVSHIPYD PTSMHINST 11262.2 with the Shipyard licensed operator and sign upon acceptance. 3) Provide a copy of the particular type and model of AWP manual which contains specific operation/safety requirements that need to be followed with each machine. 4) Provide signed/dated documentation, showing the annual and/or most recent subsequent quarterly inspection with each machine upon delivery. The vendor's inspection sticker on the machine is not acceptable documentation. The contractor will deliver equipment with the aforementioned certification records that demonstrate the equipment maintenance is up to date with current standards listed in this contract. This will require the equipment to be delivered with the annual maintenance record of the machine and any monthly/quarterly/periodic inspections as applicable. The equipment acceptance will be delayed if the accurate paperwork is not delivered and the invoice will be adjusted accordingly. 5) Schedule and provide quarterly maintenance and inspections for each aerial platform. The contractor shall maintain a stringent maintenance program and be responsible for all routine preventative maintenance and repairs, except for daily checks of liquid levels. The maintenance program shall be in accordance with Manufacturers' recommendations, applicable American National Standard (ANSI) specifications and Scaffolding Industry Association (SIA) specifications. When the contractor performs the regularly scheduled preventative maintenance on a manlift, the contractor will leave a copy of the completed maintenance record with the point of contact. All preventive maintenance/inspection records must clearly show what maintenance/inspection has been performed and must be signed and dated by the individual who performed the maintenance/inspection. A statement or certification to the effect that maintenance has been performed will not suffice. The record must reveal the actual elements of inspection and maintenance being performed. The checklist to be utilized is an attachment of this contract. Up to date inspections will be kept with the equipment at all times. It is the sole responsibility of the contractor to insure the preventive maintenance is kept up to date. If records are not up to date and records are not provided as set forth in these specifications, the equipment will be inoperable to the government and the government will not pay for the downtime caused by inadequate or incomplete records. The contractor shall provide forty-eight (48) hour notification to the Government prior to providing preventative maintenance (PM) of the manlift on site. 6) Service or replace inoperable units and provide documentation of repairs made signed by the technician. During the course of the rental period the government may request that the manlift be swapped out if there is an increase in frequency of breakdowns. 7) Provide a signed repair order (RO) or sign the Report of problem Sheet and provide an electronic copy of the work order for all completed repairs. In the event of a breakdown, service shall be provided within four (4) hours of notification to the contractor. In the event the equipment cannot be returned to service within twenty-four (24) hours, causes a work stoppage or major disruption to schedules, a replacement shall be provided by the contractor at no charge to the Government. The point of contact and 24 hr service number as follows: Point of Contact for reporting the trouble calls is: Contractor's name: Location: POC: 24 hour service telephone: C. The contractor's listed model/make/manufacturer and type of manlifts may not be substituted for duration of the contract period, unless approved by the Portsmouth Naval Shipyard Contracting Office. The specific models required are listed below. The contractor will be required to give an initial one time training session on each new model delivered for familiarization with the manlift, if requested. This training must be conducted by a trainer/instructor certified/authorized by the manufacturer. D. The contractor shall be responsible for repair of any equipment failure not arising out of abuse or negligence by the Government. E. During routine maintenance, or emergency breakdown repairs, the contractor shall provide liquid spill protection to the ground surface. All spills shall be contained and cleaned up prior to leaving the site. If spill is caused by a broken or leaking liquid line or some other system on the contractor's equipment, the shipyard spill team will be alerted to contain the spill until the contractor can make the necessary repairs. It shall be the responsibility of the contractor to reimburse the Government for containing the spill. If hydraulic leaks become frequent the government may request to have the equipment removed from the shipyard and replaced with a different manlift. F. Transportation - All delivery and pick-up charges are the responsibility of the contractor. The criteria set forth in this solicitation, has in mind the utmost importance on safety of operator's and assistant workers in the use of this equipment. There are significant costs to the Portsmouth Naval Shipyard in training for safety and operational features of manlift aerial equipment. The Portsmouth Naval Shipyard has determined it necessary, both in financial aspects and readiness factors, to standardize the training for aerial manlifts. Because of the significant costs of training and the importance of safety & operational features, Portsmouth Naval Shipyard is limiting the types of models for the purpose of standardization and familiarity with equipment as set forth herein. The models listed are the only models, which will accept. Period of Performance: 10/01/2014 to 09/30/2015 Place of Performance: Portsmouth Naval Shipyard, Kittery, ME 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: 52.204-7, System for Award Management (July 2013) 52.204-13, SAM Maintenance (July 2013) 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, Evaluation - Commercial Item (Jan 1999) 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 (Feb 2012) 52.219-28, Post Award Small Business Representation 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, Affirmative Action for Workers with Disabilities 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates 52.222-50, Combating Trafficking in Persons 52.223-3, Hazardous Material Identification & Material Safety Data 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs (Dec 2012) 52.225-13, Restriction on Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - CCR 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.252-2, Clauses Incorporated by Reference Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes, if the representation and certification is not available via SAM.gov. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992) DFARS 252.204-7011, Alternative Line Item Structure (Sept 2011) DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) This announcement will close at 12:00 PM (Noon) ET on Monday, 09/15/2014. Contact Evan Coburn at 207-438-1630 or email evan.coburn@navy.mil for questions regarding this notice. Oral communications are not acceptable in response to this notice. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated based on the following criteria: - Technical Acceptability - Price - Delivery Date (The contracting officer reserves the right to award based on delivery) System for Award Management (SAM): Vendors 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/. METHOD OF PROPOSAL SUBMISSION : All quotes must be sent via fax (to 207-438-4193) or email (to evan.coburn@navy.mil). All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, technical specifications of units offered, business size under NAICS Code 532490, and payment terms. Quotes over 15 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/089a52e8e81aa151ec86743f2d67149c)
 
Place of Performance
Address: Portsmouth Naval Shipyard, Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN03499680-W 20140909/140907233341-089a52e8e81aa151ec86743f2d67149c (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.