Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 02, 2014 FBO #4726
SOLICITATION NOTICE

W -- Lease of Forklifts

Notice Date
10/31/2014
 
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
N0060415T3001
 
Response Due
11/4/2014
 
Archive Date
11/19/2014
 
Point of Contact
Frederick Ray 8084737614
 
E-Mail Address
Frederick.ray@navy.mil
(Frederick.ray@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 Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 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 (https://www.neco.navy.mil/). The RFQ number is N00604-15-T-3001. This solicitation document incorporates provisions and clauses in effect through FAC 2005-77 and DFARS Publication Notice 20141014. 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: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 532490 and the Small Business Standard is $32.5M. The proposed contract is 100% small business set-aside. The Small Business Office concurs with the decision. NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing the following: CLINQTY U/I 00011 Each 3-Ton Diesel Powered with tines (forks) of 6 ft in length with Lifting Brackets Lifting brackets that are able to support weight of forklift, used to lift and place forklift into dry dock with crane. The lease duration is 16 January 2015 through 17 March 2015. 0002 1 Each 7.5-Ton Diesel Powered with tines (forks) of 6 ft in length with Lifting Brackets Lifting brackets that are able to support weight of forklift, used to lift and place forklift into dry- dock with crane. The lease duration is 16 January 2015 through 17 March 2015. 0003 2 Each 3-Ton Diesel Powered with tines (forks) of 6 ft in length with Lifting Brackets Lifting brackets that are able to support weight of forklift, used to lift and place forklift into dry dock with crane. The lease duration is 16 January 2015 through 11 December 2015. Provide operator ™s manual to PHNSY and IMF. Provide all safety bulletins including past ones when the operator ™s manual is delivered and any other bulletins immediately as they are issued. Provide a copy of the certification of the personnel lift. Provide any training videos, if available. Provide instructions for any unusual pre-operation safety checks that need to be completed. The forklift shall be delivered on the first day and picked up on the last of the day Period of Performance to PHNSY and IMF. The government will not be responsible for the condition of the equipment after the expiration of the Period of Performance. This solicitation is subject to the Availability of Funds Clause FAR 52.232-18. Pursuant to FAR 52.232-18, funds are not presently available for this contract. The Governments obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract. The notice of availability of funds issued pursuant to this clause will be posted to the NAVSUP FLC Norfolk web page at http://www.navsup.navy.mil/navsup/ourteam/navsupgls/prod_serv/contracting/con_navsupflcn. Delivery location is Pearl Harbor Naval Shipyard and Intermediate Facility (PHNS and IMF). 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: 52.204-7System for Award Management 52.204-13System for Award Management Maintenance 52.212-1Instructions to Offerors - Commercial Items 52.212-3 Alt IOfferor Representations and Certifications 52.212-4Contract Terms and Conditions - Commercial Items 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items Including: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 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 w/Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restriction on Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - System for Award Management 52.225-25Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52-232-18Availability of Funds 52.232-39Unenforceability of Unauthorized Obligations 52.232-40Providing Accelerated Payments to Small Business Subcontractors 52.237-2Protection of Government Buildings, Equipment, and Vegetation 52.252-1Solicitation Provisions Incorporated by Reference 52.252-2Clauses Incorporated by Reference DFARS provisions and clauses applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System For Award Management 252.204-7011 Alternative Line Item Structure 252-204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.225-7048Export- Controlled Items 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7006Wide Area WorkFlow Payment Instructions 252.232-7010 Levies On Contract Payments 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023Transportation of Supplies by Sea Quoters are reminded to include a completed copy of FAR 52.212-3 with quotes. All clauses shall be incorporated by reference in the order. This announcement will close at 0900 a.m. Hawaii Standard Time (HST) on Tuesday, November 4, 2014. Contact Frederick Ray at (808) 473-7614 or via email Frederick.ray@navy.mil. Questions shall be submitted to Mr. Ray via email only no later than 11:00 a.m. HST, Monday, November 3, 2014. All responsible sources may submit a quote via email which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors: price, technical capability, Contractor responsibility, and past performance. System for Award Management (SAM). Quoters 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/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. 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/N0060415T3001/listing.html)
 
Record
SN03562991-W 20141102/141031233828-0106c3a85cabcf6af4a3731eb1970b74 (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.