Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 17, 2023 SAM #7752
SOLICITATION NOTICE

J -- Forklift Preventative Maintenance and Repairs

Notice Date
2/15/2023 10:33:17 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
W7NE USPFO ACTIVITY MA ARNG DEVENS MA 01434-3505 USA
 
ZIP Code
01434-3505
 
Solicitation Number
W912SV23A0001
 
Response Due
2/24/2023 12:00:00 PM
 
Archive Date
03/11/2023
 
Point of Contact
Lars Bernard
 
E-Mail Address
jeffrey.l.bernard6.civ@army.mil
(jeffrey.l.bernard6.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
USPFO FORKLIFT SERVICE AND REPAIRS GENERAL INFORMATION The Massachusetts Army National Guard has a requirement to issue multiple Blanket Purchase Agreements (BPAs) to provide Preventative Maintenance (PM) & Unscheduled Repair Service (RS) of 23 Forklift Material Handling Equipment (MHE). This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. W912SV23A0001 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-06, effective 26 May 2022. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 811310 and the small business size standard is $30 million. The following commercial services are requested in this solicitation; DESCRIPTION OF ACQUISITION: CLIN 0001 - Preventative Maintenance (PM): PM will be performed IAW this PWS and solicitation/contract attachments, and the OEM Preventive Maintenance Table/OEM Maintenance Manual. Periodicity will be per usage hours identified in the OEM manual and at least one (1) PM annually. The contractor shall provide a repair summary, cost estimate and completion estimate IAW the below delivery schedule for any unscheduled repairs discovered during the PM. Repairs that require longer than one (1) day shall be quoted to include transportation to and from the contractor�s facility. CLIN 0002 - Inspections: Upon issuance of a task order, contractor shall perform a technical inspection of identified forklift(s) within 48 hours of issuance of task order. Each inspection shall be up to four (4) hours and shall include travel to and from MAARNG SMMO or USPFO site. Inspections can also include on-site troubleshooting and minor repairs that require no additional parts/materials. Upon completion of inspection, the contractor shall provide an inspection report with recommended repairs and an associated cost estimate quote within 24 hours as shown in the deliverables schedule section of the PWS. Repairs that require longer than one (1) day shall be quoted to include transportation to and from the contractor�s facility. All replacement parts shall be prescribed from the original manufacturer�s manuals. If replacement parts fail by no fault of the contractor, a modification will be issued to the repair task order. If a replacement part fails by the contractor�s error, repair will be done at no cost to the Government. CLIN 0003 - Unscheduled Repairs: Contractor shall perform repairs identified during PM or during an inspection IAW CLIN 0002 of the contract. Repairs will be separately negotiated and funded via a separate task order and are subject to the requirements of Government Furnished Property (GFP) if forklifts require repair at the contractor�s facility. The Contractor shall provide transportation of forklifts as required to perform repairs. If service/repair cannot be completed in one day, the contractor shall transport forklift to contractor�s repair facility to perform the work unless the Government agrees to onsite repair. Forklift Equipment List: Make/ Model No/ Description� 1. Clark TMX17TRUCK, LIFT,FORK ELECTRIC LF3002 2.�Crown RC5540-40, Crown electric stand-up 3.�Hyster CBDFL, TRK LF CBD 6000 LB 4.�Hyster CBDFL, TRK LF CBD 6000 LB 5.�Hyster H40FT, TRK LF DED 4000 LB 6.�Hyster H40FT, TRK LF DED 4000 LB 7.�Hyster H40FT, TRK LF DED 4000 LB 8.�Hyster H40FT, TRK LF DED 4000 LB 9.�Hyster H40FT, TRK LF DED 4000 LB 10.�Hyster H40FT, TRK LF DED 4000 LB 11.�Hyster H40FT, TRUCK FORKLIFT 4K DED� 12.�Hyster H40FT, TRUCK FORKLIFT 4K DED� 13.�Hyster J40XN, TRUCK,LIFT,FORK Electric 14.�Hyundai 25D-9H, FORKLIFT,25D-9H, HYUNDAI, DIESEL, 2.75T 15.�Hyundai 25D-9H, FORKLIFT,25D-9H, HYUNDAI, DIESEL,� 16.�Toyota 8FBE20U, TRUCK,LIFT,FORK Electric 17.�Toyota 7FBEU20, TRUCK,LIFT,FORK Electric 18.�Toyota 8FBE18U, TRUCK,LIFT,FORK ELECTRIC LF3007 19. Yale GLP060, LF3002 TRUCK FORKLIFT 20.� Yale GLP060, LF3002 TRUCK FORKLIFT 21. Yale GDP040VXEXRE084, TRUCK FORKLIFT 22.�Yale GLP060TGNUAV087, LF3002 TRUCK FORKLIFT 23. Yale ERP040TGN36TE082, TRUCK, LIFT, FORK Electric SCHEDULE OF SERVICES: Period of Performance (PoP): The Period of Performance shall be one Base Year of 12 months and four (4) 12-month option years. BASIS FOR AWARD: This solicitation will result in multiple blanket purchase agreements (BPAs) for preventative maintenance and emergency repairs. Basis of award is best value. BPA(s) will be awarded based on the best value to the government. In accordance with FAR 52.212-2(a)�The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Evaluation Factor 1: Commercial Price Lists Evaluation Factor 2: Technical Capability/Professional Forklift Maintenance Certifications Evaluation Factor 3: Response Time to Emergency Repairs BPA calls shall be evaluated and awarded to the most qualified and responsive offerors that demonstrate availability to perform the requested maintenance services. Location of the forklifts and proximity of the contractor to the Army facilities shall be assessed for the resulting BPA calls. Certifications and Response Time are significantly less important than cost or price.� Interested offerors shall review the attached documents containing all applicable provisions and clauses, so they are familiar with all terms and conditions of this solicitation. All offerors must be registered in the System for Award Management (SAM) database at www.sam.gov to be considered for award. All quotes must be sent to the USPFO-MA Contracting Office; e-mail Jeffrey.l.bernard6.civ@army.mil; Quotes are required to be received not later than 24 February 2023 at 3:00PM EST. Site visits will be considered if requested and scheduled as needed. Attachments: Performance Work Statement � Forklift PM/ER Quality Assurance Surveillance Plan (QASP) Provisions and Clauses SCA Wage Determination
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/185dd3e05b2b444999fc22524d5beace/view)
 
Place of Performance
Address: MA, USA
Country: USA
 
Record
SN06592258-F 20230217/230215230113 (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.