Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
SOLICITATION NOTICE

W -- RENTAL OF ELECTRIC FORKLIFT

Notice Date
9/14/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00189 Building 1500 Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
N0018907TN091
 
Response Due
9/20/2007
 
Archive Date
9/21/2007
 
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 under the test program for commercial items found at FAR 13.5, 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. The RFQ number is N00189-07-T-N091. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-18 and DFARS Change Notice 20070702. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm . The NAICS code is 532490 and the size standard is $6.5. This procurement is set-aside for small business. . The Fleet a nd Industrial Supply Center, Norfolk Naval Shipyard, Maritime Industrial Division requests responses from qualified sources capable of providing Rental of two (2) Each electric forklifts with swingmast, 3,000 to 3,500 LB capacity for 12 months for the period 01-Oct-2007 through 30-Sep-2008 to include the following: 20? minimum high visibility mast? 90 degree pivoting and shifting swing mast design; joy stick control levers; safety seat kill switch; parking brake, hand actuated, and brake lights. Battery discharge indicator; strobe warning light; flashing back-up light and back-up alarm; fire extinguisher; 36 V electric system; lift capacity stenciled on mast; seat belts; operate within a 54 inch isle; inside usage. Planned maintenance schedule ultimately responsible for all services, repairs and provide a full service/maintenance agreement and other measures. Maintain insurance on equipment. Short terms term agreement for obtaining equipment to ease predictable peaks and fill temporary gaps in resources. Maintain equipment at the facility with pm/road service trucks. Twenty-four hour service on-site. Immediate replacement for inoperative equipment. Equipment to be used by Norfolk Naval Shipyard for kitting services. Billing shall be on a monthly basis. Provide monthly rates, weekly rates, and daily rates. Also include days in billing cycle. NOTE: The Government reserves the right to return the units (s) at any time prior to the expiration of the rental period. The contractor agrees to pro-rate the costs for the time the units are in use by Norfolk Naval Shipyard only. The Government agrees to give the contractor twenty-four (24) hours notice for return of units prior to expiration of the rental period. 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: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Items is 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 - a combination of price and delivery and technically acceptable low bids. 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items [15, 16, 17, 18, 19, 20]. Bidders 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: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including [252.225-7001]. The following local clauses apply; full text available upon request Hazardous Chemical Exposure, Requirements for access to NNSY, Access to NNSY by Delivery Personnel. . . Central Contractor Registration (CCR). Bidders must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. This announcement will close at 1:00 pm on 20-Sep-2007. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.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 bidder to meet all specifications and requirements. Responses may be mailed to: FISC ? NNSY Maritime Industrial Branch, Hampton Roads Division, Contracting Department, Attn: Tina Barnes, Code 32.2F, Building 1500, 2nd Floor, Portsmouth, VA 23709-5000; email to: tina.barnes@navy.mil or fax to: 757-396-8277. TELEPHONE COMMUNICATIONS WILL NOT BE ACCEPTED.
 
Record
SN01407841-W 20070916/070915200031 (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  © 1994-2020, Loren Data Corp.