Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 13, 2020 SAM #6679
SOLICITATION NOTICE

W -- 36,000 POUND FORKLIFT RENTAL

Notice Date
3/11/2020 1:03:02 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
N3904020Q0111
 
Response Due
3/16/2020 1:00:00 PM
 
Archive Date
03/31/2020
 
Point of Contact
Andrea J. Connors, Phone: 2079940512, Fax: 2074384193
 
E-Mail Address
andrea.connors@navy.mil
(andrea.connors@navy.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. �This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this procurement is N3904020Q0111 and is a Request for Quotation (RFQ). �This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2020-04, and Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20200114.� 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/browse/index/far ���and�� http://www.acq.osd.mil/dpap/dars/change_notices.html. The North American Industry Classification System (NAICS) is 532490. �The small Business Size Standard is $35M and this solicitation is A TOTAL SMALL BUSINESS SET-ASIDE. This requirement is for a fixed price contract. �The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13. � The Portsmouth Naval Shipyard requests responses from sources capable of providing the following: The rental of a 36000 Pound Forklift, in accordance with the attached Request for Quote. � REQUIREMENTS:� CAPACITY/TYPE:� 36,000 Pounds COUNTERBALANCED (Hyster H360 preferred) POWER TYPE:� Gas or Diesel (Gas preferred) LIFT HEIGHT:� 150"" MAX COLLAPSED HEIGHT:� 144"" FORK DIMENSIONS:� 108""X 8""X 3.5""(Preferred) 84""X 8""X 3.5"" (Minimum)�� STANDARD REQUIREMENTS (ALL FORKLIFTS: � - Shall be no older than eight years - Manufacturer�s data plate containing, at a minimum, make, model, fork and mast type, and serial number - Serviceable pneumatic or solid pneumatic tires - Enclosed cab with heater, defrost, and wipers - Integral side-shift and hydraulic fork positioners - Lifting and tie-down provisions for lifting by crane without additional special handling gear (Lifting and tie-down points shall be clearly marked) - Safe working load and forklift weight clearly labeled in view of operator, normally on the mast crossbar using largest lettering size that fits (Labeling tape acceptable) - Center of gravity clearly marked on side of forklift - Light package to include two front and one rear working light and two brake/tail/back-up combination lights - Operator controls shall be properly and clearly marked - UL safety rated DS/GS/LPS with type designation labels applied to both side and rear of forklift Equipment shall be delivered in fully functional, safe operating condition.� A joint inspection of each forklift shall be performed by the Contractor and a shipyard licensed operator using attachment (1) before the unit is accepted by the Government. The rental period does not begin until the government has accepted the forklift.� The contractor shall notify the Contracting Officer�s Representative (COR) or Technical Point of Contact a minimum of 48 hours prior to delivery of units. The contractor shall be responsible for all preventative maintenance and repairs not arising out of abuse or negligence by the Government.� The government shall be responsible for daily fluid level checks; however, the contractor shall be responsible for adding fluids to the equipment to ensure the loss of fluid is not due to a more serious mechanical issue.� All 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, a replacement shall be provided by the contractor at no charge to the Government.� Contractor shall validate all completed repairs by either signing the appropriate MHE Inspection Sheet, attachment (2) or providing a completed and signed repair order. The contractor shall provide liquid spill protection to the ground surface during all maintenance and repairs. Any/all spills shall be contained and cleaned up prior to leaving the site.� If during use, a liquid spill is caused by a broken or leaking line or some other system on the contractor�s equipment, the installation 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 fluid leaks become frequent, the government may request to have the equipment removed from the shipyard and replaced with a different forklift. � � �(See above, Statement of Work (SOW), and evaluation criteria listed at end of notice) Delivery: Rental to be delivered to Pease Air Force Base, Portsmouth, NH. �Period of Performance will be 04/1/2020-10/1/2020 for the base year, with an option for three months with the potential to extend through 1/1/2021. *NOTE: Award decision may be made on ability to meet requested delivery date 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: 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements � Representation (Jan 2017) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-7, System for Award Management (July 2013) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.204-13, System for Award Management (SAM) Maintenance (Oct 2016) 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) 52.204-17, Ownership or Control of Offeror (Jul 2016) 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-20, Predecessor of Offeror (Jul 2016) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 52.204-22, Alternative Line Item Proposal (Jan 2017) 52.209-2, Prohibition on Contracting With Inverted Domestic Corporations � Representation (Nov 2015) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017) 52.212-2, Evaluation - Commercial Item (Oct 2014) 52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items (Jan 2017) 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jan 2017) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-3, Hazardous Material Identification & Material Safety Data (Jan 1997) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals - Representation 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs (Oct 2015) 52.232-33, Payment by Electronic Funds Transfer � System for Award Management (Jul 2013) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.242-15, Stop-Work Order (Aug 1989) 52.247-34, F.O.B. Destination (Nov 1991) 52.252-2, Clauses Incorporated by Reference (Feb 1998) Offerors 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 (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Oct 2016) DFARS 252.204-7000, Disclosure of Information (Oct 2016) DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992) DFARS 252.204-7004 ALT A, System for Award Management (Feb 2014) DFARS 252.204-7005, Oral Attestation of Security Responsibilities (Nov 2001) DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016) DFARS 252.204-7011, Alternative Line Item Structure (Sept 2011) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System (PPIRS) � Statistical Reporting in Past Performance Evaluations (Jun 2015) DFARS 252.215-7013,�Supplies and Services Provided by Nontraditional Defense Contractors. DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7031, Secondary Arab Boycott of Israel. DFARS 252.225-7048, Export Controlled Items (Jun 2013) DFARS 252.231-7000, Supplemental Cost Principles. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.244-7000, Subcontracts for Commercial Items and Commercial Components (DoD Contracts) (Jun 2013) DFARS 252.247-7023, Transportation of Supplies by Sea (Apr 2014) The Offeror must be an authorized, qualified, and certified vendor and must quote on an all or none basis.� Only one contract will be awarded.� Written quotes are required (oral offers will not be accepted). �Quotes will be received by email only. This announcement will close at 4:00 PM ET on Monday, 03/16/2020. �Contact Andrea Connors at 207-994-0512 or email andrea.connors@navy.mil. �Oral communications are not acceptable in response to this notice. METHOD OF PROPOSAL SUBMISSION:� Offers shall be emailed. �All responsible sources may submit a quote, which shall be considered by the agency. 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 represents the lowest priced technically acceptable offer. �Quotes will be evaluated based on the following criteria: Technical Acceptability - Model Number and data sheet of proposed forklift provided - Must meet specifications outlined in the above Statement of work Ability to meet 4/1/20 delivery date � NO EXCEPTIONS Price � This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). �Registration information can be found at www.sam.gov. All quotes shall include price(s), a point of contact, name, email address, phone/FAX number, CAGE Code, technical specifications of units offered (including brand), business size under the NAICS Code, and payment terms.� At a minimum, quotes shall contain the completed RFQ form (attached). Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.� Quotes will not be accepted by facsimile. � ******* End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e6da319628ef407a832f17c26b466ab7/view)
 
Place of Performance
Address: Portsmouth, NH 03801, USA
Zip Code: 03801
Country: USA
 
Record
SN05585754-F 20200313/200311230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.