Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2014 FBO #4687
SOLICITATION NOTICE

W -- Forklifts Rental

Notice Date
9/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Portsmouth Navy Shipyard, Building 170, Kittery, Maine, 03904-5000, United States
 
ZIP Code
03904-5000
 
Solicitation Number
N39040-15-T-0002
 
Archive Date
10/31/2014
 
Point of Contact
Evan W. Coburn, Phone: 2074381630, Nicholas Kulakowski, Phone: 2074385253
 
E-Mail Address
evan.coburn@navy.mil, nicholas.kulakowski@navy.mil
(evan.coburn@navy.mil, nicholas.kulakowski@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 13, 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. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS (www.fbo.gov). The RFQ number is N39040-15-T-0002. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-72 and DFARS Change Notice 20130311. 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: http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. The NAICS code is 532490. The small business size standard for NAICS Code 532490 is $32.5 Million. This is a full and open (unrestricted) solicitation action. Portsmouth Naval Shipyard Code 410 Contracting requests responses from qualified business sources capable of providing: ITEM 0001 Rental of (2) each forklift, 3-ton capacity with headlight, enclosed cab, gasoline operated, with side-shift, air-filled tires in relatively new condition, lights for night work, and 48" forks. The units must be portable and easily moved by overhead crane without special handling gear. The vendor shall clearly indicate the weight of the unit and the center of gravity. The unit shall be designed for outside operation, exposure to snow, wind, and rain in a -10 to 100 degree Fahrenheit environment and meet all OSH and NEC code requirements for this type of equipment. The equipment shall be delivered in first class operating condition. The contractor shall be responsible for equipment failure not arising out of abuse or negligence by The Government. All spare parts, any filters, and maintenance are to be provided at no additional charge. The vendor shall be responsible for all routine maintenance (change oil, oil filter, etc.) except for daily checks of liquid levels. In the event of a breakdown, service will be provided within 4 hours of notification. In the event the equipment cannot be returned to service within 24 hours, the contractor shall provide a replace to The Government at no extra charge. The contractor shall provide a point of contact and telephone number for use in requesting service if problems arise. Period of Performance: 10/21/2014 to 05/05/2015 (28 Weeks) Place of Performance: Submarine Base New London, Groton, CT ITEM 0002 Rental of (1) each forklift, 7-ton capacity with headlight, enclosed cab, gasoline operated, with side-shift, air-filled tires in relatively new condition, lights for night work, and 7 foot blades. The units must be portable and easily moved by overhead crane without special handling gear. The vendor shall clearly indicate the weight of the unit and the center of gravity. The unit shall be designed for outside operation, exposure to snow, wind, and rain in a -10 to 100 degree Fahrenheit environment and meet all OSH and NEC code requirements for this type of equipment. The equipment shall be delivered in first class operating condition. The contractor shall be responsible for equipment failure not arising out of abuse or negligence by The Government. All spare parts, any filters, and maintenance are to be provided at no additional charge. The vendor shall be responsible for all routine maintenance (change oil, oil filter, etc.) except for daily checks of liquid levels. In the event of a breakdown, service will be provided within 4 hours of notification. In the event the equipment cannot be returned to service within 24 hours, the contractor shall provide a replace to The Government at no extra charge. The contractor shall provide a point of contact and telephone number for use in requesting service if problems arise. Period of Performance: 10/21/2014 to 05/05/2015 (28 Weeks) Place of Performance: Submarine Base New London, Groton, CT ITEM 0003 Rental of (1) each forklift, 10-ton capacity with headlight, enclosed cab, diesel operated, with side-shift, air-filled tires in relatively new condition, lights for night work, and 7 foot blades. The units must be portable and easily moved by overhead crane without special handling gear. The vendor shall clearly indicate the weight of the unit and the center of gravity. The unit shall be designed for outside operation, exposure to snow, wind, and rain in a -10 to 100 degree Fahrenheit environment and meet all OSH and NEC code requirements for this type of equipment. The equipment shall be delivered in first class operating condition. The contractor shall be responsible for equipment failure not arising out of abuse or negligence by The Government. All spare parts, any filters, and maintenance are to be provided at no additional charge. The vendor shall be responsible for all routine maintenance (change oil, oil filter, etc.) except for daily checks of liquid levels. In the event of a breakdown, service will be provided within 4 hours of notification. In the event the equipment cannot be returned to service within 24 hours, the contractor shall provide a replace to The Government at no extra charge. The contractor shall provide a point of contact and telephone number for use in requesting service if problems arise. Period of Performance: 10/21/2014 to 05/05/2015 (28 Weeks) Place of Performance: Submarine Base New London, Groton, CT ITEM 0004 Rental of (1) each 1.5-ton capacity electric operated forklift with pneumatic tires and charger. The unit shall be portable and easily moved by overhead crane without special handling gear. The vendor shall clearly indicate the weight of the unit and the center of gravity. The unit shall be designed for inside (warehouse) use and meet all OSH and NEC requirements for this type of equipment. The equipment shall be delivered in first class operating condition. The contractor shall be responsible for equipment failure not arising out of abuse or negligence by The Government. All spare parts, any filters, and maintenance are to be provided at no additional charge. The vendor shall be responsible for all routine maintenance except daily checks. In the event of a breakdown, the service will be provided within (4) hours of notification. In the event that the equipment cannot be returned to service within 24 hours, the contractor shall provide a replace to The Government at no extra charge. Period of Performance: 10/21/2014 to 05/05/2015 (28 Weeks) Place of Performance: Submarine Base New London, Groton, CT PLEASE SUBMIT SPECIFICATIONS FOR ALL UNITS 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: 52.204-7, System for Award Management (July 2013) 52.204-13, SAM Maintenance (July 2013) 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, Evaluation - Commercial Item (Jan 1999) 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 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) 52.219-28, Post Award Small Business Representation 52.222-19, Child Labor-Cooperation With Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates 52.222-50, Combating Trafficking in Persons 52.223-3, Hazardous Material Identification & Material Safety Data 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs (Dec 2012) 52.225-13, Restriction on Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - CCR 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.252-2, Clauses Incorporated by Reference Quoters 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 DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992) DFARS 252.204-7011, Alternative Line Item Structure (Sept 2011) DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) This announcement will close at 12:00 PM (Noon) ET on Friday, 10/03/2014. Contact Evan Coburn at 207-438-1630 or email evan.coburn@navy.mil for questions regarding this notice. Oral communications are not acceptable in response to this notice. 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 will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated based on the following criteria: - Technical Acceptability - Price - Delivery Date (The contracting officer reserves the right to award based on delivery) System for Award Management (SAM): Vendors 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/. METHOD OF QUOTATION SUBMISSION : All quotes must be sent via fax (to 207-438-4193) or email (to evan.coburn@navy.mil). All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, technical specifications of units offered, business size under NAICS Code 532490, and payment terms. Quotes over 15 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/10eed3b024dd3c5c426ae99032171afe)
 
Place of Performance
Address: Submarine Base New London, Groton, Connecticut, 06340, United States
Zip Code: 06340
 
Record
SN03522829-W 20140924/140923000229-10eed3b024dd3c5c426ae99032171afe (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.