SOLICITATION NOTICE
W -- RENTAL FOR ONE (1) WHEEL LOADER
- Notice Date
- 12/13/2018
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 532412
— Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
- Contracting Office
- N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
- ZIP Code
- 23511
- Solicitation Number
- N4008519T9060
- Response Due
- 12/19/2018
- Archive Date
- 1/3/2019
- Point of Contact
- 757-341-1663
- Small Business Set-Aside
- Total Small Business
- 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 found at FAR 13, as supplemented with the additional information included in this notice. Please see attached SF-1449 for additional information. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The solicitation number is N40085-19-T-9060 and is issued as a Request for Quote (RFQ). This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-98, effective May 31, 2018 and DFARS DPN 20180629, effective 29 June 2018. 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 532412 and the Small Business Standard is $32.5 million dollars. Please identify your business size in your response based upon this standard. This procurement is classified as 100% set aside for small business concerns. The Small Business Office concurs with the set-aside decision. The Naval Facilities Engineering Command, Mid-Atlantic requests responses from qualified sources capable of providing the required equipment as specified in the statement of work. This procurement will be issued as a Firm Fixed Price (FFP) contract. Period of Performance will be 120 days from the date of award. The following FAR provisions and clauses are applicable to this requirement: 52.204-7 System for Award Management 52.209-7 Information Regarding Responsibility Matters 52.212-1 Instructions to Offerors “ commercial Items 52.212-3 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 52.213-3 Alt I Offeror Representations and Certifications “ Commercial Items 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran “ Representations and Certifications 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements 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 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea Offerors 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. This announcement will close at 2:00 PM Eastern Standard Time on Wednesday, 19 December 2018. Contact Darlene Tucker, who can be reached at 757-341-0093 or via email at darlene.tucker@navy.mil. 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 is Low Price Technically Acceptable (LPTA). System for Award Management (SAM). Offerors 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), a point of contact, name. email address, phone/FAX number, cage code, and business size. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008519T9060/listing.html)
- Place of Performance
- Address: NAVAL STATION BUILDING LP-20, NORFOLK, VA
- Zip Code: 23511
- Country: US
- Zip Code: 23511
- Record
- SN05174211-F 20181215/181213230042 (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 |