Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 26, 2020 SAM #6723
SOLICITATION NOTICE

J -- Forklift Painting Overhaul Corrosion Maintenance Services

Notice Date
4/24/2020 5:00:23 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
 
ZIP Code
92136
 
Solicitation Number
N0024420Q0105
 
Response Due
4/30/2020 12:00:00 AM
 
Archive Date
07/31/2020
 
Point of Contact
Ruby Deinla 619-556-5662 Charles Fletcher (Contracting Officer), 619-556-5519
 
E-Mail Address
rubeli.deinla@navy.mil
(rubeli.deinla@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR 13 Simplified Acquisition Procedures. Supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. This combined synopsis/solicitation shall be posted on both Federal Business Opportunity (FBO) website at https://www.fbo.gov/ and NECO website (https://www.neco.navy.mil/). The RFQ number is N00244-20-Q-0105. It is the responsibility of the vendor 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 811121 ($8.0M). This proposed offer is a 100% Small Business Set-Aside. The Request for Quote (RFQ) is Lowest Price Technically Acceptable (LPTA) All or None offer. The NAVSUP Fleet Logistics Center San Diego requests responses from qualified sources capable of performing the Overhaul/Corrosion Maintenance Services of 12ea forklifts for USS Anchorage LPD-23 in accordance with the attached Performance Work Statement (PWS). NOTE: Attachment 52.212-2 EVALUATION---COMMERCIAL ITEMS (DEC 2014), the criteria responses must be completed in detail for the quote to be accepted. All CLINs for Forklift Painting Overhaul Corrosion Maintenance Services as specified below in accordance with the attached PWS: POP: May 2020 to Sep 2020- Exact dates TBD CLIN 0001 � (3)ea - 4K Electric Forklift Hyster Model E40XM, Serial #s F108G01568S, F108G01569S and F108G04605T CLIN 0002 �(2)ea - 6K Electric Pallet Truck BPR-RICO Model PWE-EE-60, Serial #s R-14039 and R14040. CLIN 0003 �(4)ea - 4K RT Forklift LIFTKING Model LKSUSN4, Serial #s LK-88481, LK-88482, LK-88483, and LK-88484. CLIN 0004 � (3)ea 5K Reaching and Tiering Forklift RAYMOND ELECTRIC Model 040R45TN, Serial #s 040-12-05644, 040-12-05645, and 040-12-05646. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.212-1 Instructions to Offerors - Commercial Items; 52.212-2 Evaluation�Commercial Items (See attached to this Request for Quote (RFQ)) 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 [Applicable clauses: 52.204-10; 52.209-6; 52.209-10; 52.219.6; 52.219-28; 52.222-3; 52.222-19; 52.222-26; 52.225-13; 52.232-33]. 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 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.222-19 Child Labor�Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.222-41 Service Contract Labor Standards 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-18 Availability of Funds 52.232-36 Payment by Third Party 52.237-2 Protection of Government Buildings, Equipment and Vegetation 52.239-1 Privacy or Security Safeguards 52.246-25 Limitation of Liability--Services 52.247-34 F.o.b. Destination 52.252-1 -- Solicitation Provisions Incorporated by Reference 52.252-2 -- Clauses Incorporated by Reference Bidders [shall include] OR [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: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product (APR 1992) 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 252.232-7010 Levies On Contract Payments The offeror must submit a price for all items in this solicitation to be eligible for award. Award will be made to that responsible offeror proposing the Lowest Price Technically Acceptable (LPTA) for all items. REVIEW OF AGENCY PROTESTS The contracting activity, NAVSUP Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d). UNIT PRICES Contractor unit prices, when incorporated into a Government contract, may be releasable under the Freedom of Information Act (FOIA) in the event NAVSUP FLCSD receives a FOIA request. This announcement will close at 12:00 (Noon) pm PST on 30 April 2020. Questions and Proposals will be accepted electronically ONLY. Send to Contract Specialist : rubeli.deinla@navy.mil The deadline for all questions is 11:00 am PST on 28 April 2020. All times are Firm. All quotes shall include price(s), Point of Contact name, phone number and email address, and business size. Each response must clearly indicate the capability of the Bidder to meet all specifications and requirements in accordance with the PWS. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/50449434a2b946f287e96c80a19e8352/view)
 
Place of Performance
Address: USS Anchorage LPD 23Naval Air Station North Island, San Diego, Ca, USA
Country: USA
 
Record
SN05635292-F 20200426/200424230149 (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.