Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2015 FBO #5028
SOLICITATION NOTICE

W -- Manlift Rental - Attachments

Notice Date
8/28/2015
 
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-0322
 
Archive Date
9/30/2015
 
Point of Contact
Andrea M Gleason, Phone: 2074382133
 
E-Mail Address
andrea.gleason@navy.mil
(andrea.gleason@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Contract Administration Plan QASP Matrix QASP This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, 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. The RFQ number is N39040-15-T-0322. This solicitation documents and incorporates provisions and clauses in effect through FAC 05-83 (8/3/15) and DFARS Change Notice 2015-0626. 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/?q=browsefar and http://www.acq.osd.mil/dpap/dars/change_notices.html. The NAICS code is 532490 and the Small Business Standard is $32.5 million. This is a 100% small business set-aside. The proposed contract action is for a brand name only. The brand name and model number of the product(s) are listed in the CLIN descriptions above. In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. The Portsmouth Naval Shipyard Code 410 requests responses from qualified sources capable of providing the following: Specifications: CLIN 0001 -Scissor lift, Genie Lift Model Number GS2646 The manlift / scissor lift must be battery powered. The machine must have solid rubber tires and at least 2 OSHA approved tie off points. The manlift must be capable of traveling on the shipyard under its own power (across the yard, estimated distance 1 mile). The manlift must contain a battery charger on unit that can be plugged into standard electric outlets (110VAC). The manlift cannot be older than two model years at the start of the contract. CLIN 0002 -45' electric articulating boom lift with a jib, JLG M450AJ The manlift / boom lift must be battery powered as a primary power source; it may also contain an onboard generator to allow the batteries to be charged and to allow the manlift to be operated outside. The basket must have a minimum of 2 OSHA approved tie off points and be large enough for 2 people. The manlift basket is to be equipped with a swinging gate not a lift bar and also the work tray item 401 (see illustration at the end of the specification). The lift must have a capacity of 500 lbs. in all directions. The manlift will have foam filled pneumatic tires. The manlift must be capable of traveling on the shipyard over uneven terrain under its own power (across the yard, estimated distance 1 mile). The manlift must contain a battery charger onboard that can be plugged into standard electric outlets (110VAC). The manlift must be equipped with an electric outlet in the basket. The manlift cannot be older than two model years at the start of the contract. The manlift will have a maximum width of 6', weight of 17,000 lbs., turning radius of 14' on the outside, and a minimum horizontal reach of 20'. CLIN 0003-60' boom lift, JLG 600S The manlift / boom lift must be gasoline powered. The manlift must have foam filled tires. The manlift must be equipped with a generator that provides 120VAC power to allow for the use of tools in the basket and on the ground. The basket must have a minimum of 2 OSHA approved tie off points and be large enough for 2 people. The manlift basket is to be equipped with a swinging gate not a lift bar and also the work tray item 401 (see illustration at the end of the specification). The manlift shall be capable of being lowered into a dry-dock by an overhead crane without special handling gear. "OEM-specified lifting attachment points shall be properly installed prior to delivery." The manlift shall be a self-propelled hydraulic boom lift with a nominal 60 ft platform height. The contractor shall provide a sketch for each unit rented which includes lifting/rigging configuration, weight, and center of gravity location. The manlift will not be older than two model years at the start of the contract. CLIN 0004 - 80' boom lift, JLG 860SJ The manlift / boom lift must be gasoline powered. The manlift must have foam filled tires. The manlift must be equipped with a generator that provides 120VAC power to allow for the use of tools in the basket and on the ground. The basket must have a minimum of 2 OSHA approved tie off points and be large enough for 2 people. The manlift basket is to be equipped with a swinging gate not a lift bar and also the work tray item 401 (see illustration at the end of the specification). The manlift shall be capable of being lowered into the dry-docks by an overhead crane without special handling gear. "OEM-specified lifting attachment points shall be properly installed prior to delivery." The manlift shall be a self-propelled hydraulic boom lift with a nominal 80 ft platform height. The contractor shall provide a sketch for each unit rented which includes lifting/rigging configuration, weight, and center of gravity location. The manlift will not be older than two model years at the start of the contract. Option CLIN 1001: Option to extend RENTAL of ONE (1) Genie Lift Model Number GS2646. Period of Performance (POP) is 52 weeks: 10/01/16 to 9/30/17. Place of Performance is the Portsmouth Naval Shipyard, Kittery, ME, in accordance with all Specifications. Option CLIN 1002: Option to extend RENTAL of ONE (1) 45' electric articulating boom lift with a jib, JLG M450AJ. Period of Performance (POP) is 52 weeks: 10/01/16 to 9/30/17. Place of Performance is the Portsmouth Naval Shipyard, Kittery, ME, in accordance with all Specifications. Option CLIN 1003: Option to extend RENTAL of ONE (1) 60' boom lift, JLG 600S. Period of Performance (POP) is 52 weeks: 10/01/16 to 09/30/17. Place of Performance is the Portsmouth Naval Shipyard, Kittery, ME, in accordance with all Specifications. Option CLIN 1004: Option to extend RENTAL of ONE (1) 80' boom lift, JLG 860SJ. Period of Performance (POP) is 52 weeks: 10/01/16 to 9/30/17. Place of Performance is the Portsmouth Naval Shipyard, Kittery, ME, in accordance with all Specifications. Option CLIN 2001: Option to extend RENTAL of ONE (1) Genie Lift Model Number GS2646. Period of Performance (POP) is 52 weeks: 10/01/17 to 9/30/18. Place of Performance is the Portsmouth Naval Shipyard, Kittery, ME, in accordance with all Specifications. Option CLIN 2002: Option to extend RENTAL of ONE (1) 45' electric articulating boom lift with a jib, JLG M450AJ. Period of Performance (POP) is 52 weeks: 10/01/17 to 9/30/18. Place of Performance is the Portsmouth Naval Shipyard, Kittery, ME, in accordance with all Specifications. Option CLIN 2003: Option to extend RENTAL of ONE (1) 60' boom lift, JLG 600S. Period of Performance (POP) is 52 weeks: 10/01/17 to 09/30/18. Place of Performance is the Portsmouth Naval Shipyard, Kittery, ME, in accordance with all Specifications. Option CLIN 2004: Option to extend RENTAL of ONE (1) 80' boom lift, JLG 860SJ. Period of Performance (POP) is 52 weeks: 10/01/17 to 9/30/18. Place of Performance is the Portsmouth Naval Shipyard, Kittery, ME, in accordance with all Specifications. PNS expectations are that the manlifts will be delivered on the 1st day of the period of performance. The contractor will have 90 calendar days, starting on the first day of the period of performance to deliver manlifts that meet the model year requirements. PNS will accept manlifts that are older than specified on a temporary basis provided the contractor exchanges them for newer models within the 90 day period. All other requirements in the specifications for the manlifts that are rented will be the same. Interim manlifts provided should be as close to required model year as possible. A. Government intended use is for maintenance of facilities and utilities, dry-dock repairs, submarine work. The units will not be used for spray painting/ sandblasting operations. Rental will be on a firm fixed price regardless of the hours used. B. Lessors, as required by the rental contract statement of work, will: 1) Deliver fully functional, safe operating AWPs. The equipment shall be delivered in first class operating condition. The unit shall have no visible fluid leaks during operation or sitting idle. 2) Perform Pre-Delivery Joint Inspection using enclosure (2) of NAVSHIPYD PTSMHINST 11262.2 with the Shipyard licensed operator and sign upon acceptance. 3) Provide a copy of the particular type and model of AWP manual which contains specific operation/safety requirements that need to be followed with each machine. 4) Provide signed/dated documentation, showing the annual and/or most recent subsequent quarterly inspection with each machine upon delivery. The vendor's inspection sticker on the machine is not acceptable documentation. The contractor will deliver equipment with the aforementioned certification records that demonstrate the equipment maintenance is up to date with current standards listed in this contract. This will require the equipment to be delivered with the annual maintenance record of the machine and any monthly/quarterly/periodic inspections as applicable. The equipment acceptance will be delayed if the accurate paperwork is not delivered and the invoice will be adjusted accordingly. 5) Schedule and provide quarterly maintenance and inspections for each aerial platform. The contractor shall maintain a stringent maintenance program and be responsible for all routine preventative maintenance and repairs, except for daily checks of liquid levels. The maintenance program shall be in accordance with Manufacturers' recommendations, applicable American National Standard (ANSI) specifications and Scaffolding Industry Association (SIA) specifications. When the contractor performs the regularly scheduled preventative maintenance on a manlift, the contractor will leave a copy of the completed maintenance record with the point of contact. All preventive maintenance/inspection records must clearly show what maintenance/inspection has been performed and must be signed and dated by the individual who performed the maintenance/inspection. A statement or certification to the effect that maintenance has been performed will not suffice. The record must reveal the actual elements of inspection and maintenance being performed. The checklist to be utilized is an attachment of this contract. Up to date inspections will be kept with the equipment at all times. It is the sole responsibility of the contractor to insure the preventive maintenance is kept up to date. If records are not up to date and records are not provided as set forth in these specifications, the equipment will be inoperable to the government and the government will not pay for the downtime caused by inadequate or incomplete records. The contractor shall provide forty-eight (48) hour notification to the Government prior to providing preventative maintenance (PM) of the manlift on site. 6) Service or replace inoperable units and provide documentation of repairs made signed by the technician. During the course of the rental period the government may request that the manlift be swapped out if there is an increase in frequency of breakdowns. 7) Provide a signed repair order (RO) or sign the Report of Problem Sheet and provide an electronic copy of the work order for all completed repairs. In the event of a breakdown, 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, causes a work stoppage or major disruption to schedules, a replacement shall be provided by the contractor at no charge to the Government. The point of contact and 24 hr service number as follows: Point of Contact for reporting the trouble calls is: Contractor's name: Location: POC: 24 hour service telephone: C. The contractor's listed model/make/manufacturer and type of manlifts may not be substituted for duration of the contract period, unless approved by the Portsmouth Naval Shipyard Contracting Office. The specific models required are listed above. The contractor will be required to give an initial one time training session on each new model delivered for familiarization with the manlift, if requested. This training must be conducted by a trainer/instructor certified/authorized by the manufacturer. D. The contractor shall be responsible for repair of any equipment failure not arising out of abuse or negligence by the Government. E. During routine maintenance, or emergency breakdown repairs, the contractor shall provide liquid spill protection to the ground surface. All spills shall be contained and cleaned up prior to leaving the site. If spill is caused by a broken or leaking liquid line or some other system on the contractor's equipment, the shipyard 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 hydraulic leaks become frequent the government may request to have the equipment removed from the shipyard and replaced with a different manlift. F. Transportation - All delivery and pick-up charges are the responsibility of the contractor. The criteria set forth in this solicitation, has in mind the utmost importance on safety of operator's and assistant workers in the use of this equipment. There are significant costs to the Portsmouth Naval Shipyard in training for safety and operational features of manlift aerial equipment. The Portsmouth Naval Shipyard has determined it necessary, both in financial aspects and readiness factors, to standardize the training for aerial manlifts. Because of the significant costs of training and the importance of safety & operational features, Portsmouth Naval Shipyard is limiting the types of models for the purpose of standardization and familiarity with equipment as set forth herein. THE MODELS LISTED ARE THE ONLY MODELS, WHICH WILL BE ACCEPTED. 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: 52.203-3 Gratuities 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) 52.204-13 System for Award Management Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-6 Protecting the Government's Interest When Subcontracting 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 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 52.215-5 Facsimile Proposals 52.216-1 Type of Contract: Firm Fixed Price 52.217-9 Option to Extend the Term of the Contract 52.219-6, Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-28, Post Award Small Business Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation With Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates 52.223-3, Hazardous Material Identification & Material Safety Data 52.223-11 Ozone-Depleting Substances 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restriction on Foreign Purchases 52.225-25 Prohibition on Contracting 52.232-19 Availability of Funds for the Next Fiscal Year 52.232-33, Payment by Electronic Funds Transfer - System for Award Management 52.232-36, Payment by Third Party 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 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 52.244-6 Subcontracts for Commercial Items. 52.242-17 Government Delay Of Work 52.247-34 F.o.b. Destination 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses Quoters shall 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: DFARS 252.201-7000 Contracting Officer's Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DOD officials DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992) DFARS 252.204-7004 Alt A, System for Award Management DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011) DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.243-7002 Requests for Equitable Adjustment DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea DFARS 252.247-7024 Notification of Transportation of Supplies by Sea This announcement will close at 02:00 PM EST local time on 11 September 2015. Contact Andrea Gleason at andrea.gleason@navy.mil for questions regarding this notice. Oral communications are not acceptable in response to this notice. Instructions to Offerors: Addendum To 52.212-1 "Instructions To Offerors - Commercial Items" I. GENERAL In addition to FAR 52.212-1, "Instructions to Offerors - Commercial Items" and any other instructions contained elsewhere in this solicitation, the following information is provided: Objections to any of the terms and conditions of the RFQ will constitute a deficiency which will make the offer unacceptable. IMPORTANT NOTES: (1) Vendors shall respond to all requirements of the solicitation document. Vendors are cautioned not to alter the solicitation. (2) Initial quotes and any modifications thereto are to be submitted to the Contracting Office on or before the closing dated time cited elsewhere in this Request for Quote. (3) Responses should be submitted via faxed copy format. (4) Please review all specifications carefully, and make note of all lifting and handling requirements, and all base access requirements. II. CONTENT OF QUOTE • Pricing pages completed by the vendor • Acknowledgement of solicitation amendments (if not previously acknowledged) • Technical Submission to include: ₀ Submission of technical information demonstrating compliance with the specifications, including, but not limited to: • Brochures pertaining to the pieces of equipment being quoted, to include, but not limited to: pictures or the equipment, and technical specifications of the equipment demonstrating compliance with the PWS and specifications. These should be readily identified by the item ID number. • The details of any/all exceptions taken to the specification. The completion and submission of the above items will constitute a quote and will be considered the vendor's unconditional assent to the terms and conditions of this solicitation and any attachments and/or exhibits hereto. An objection to any of the terms and conditions of the solicitation will constitute a deficiency which will make the offer unacceptable. Evaluation Criteria: 52.212-2 Evaluation--Commercial Items (Oct 2014) The quotation shall consist of two (2) parts: (1) Technical Acceptability and (2) Price Information. Award will be made to the lowest priced, technically acceptable offeror. Vendors will be required to submit a quote that will be evaluated in accordance with the specifications and provisions of the solicitation. Vendors are reminded to submit technical description as specified in FAR 52.212-1(b)(4). Quotations will be evaluated as follows: 1. Technical Acceptability 2. Price (1) TECHNICAL ACCEPTABILITY Quotations submitted by each vendor will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors and Addendum to FAR 52.212-1 and determined to be either acceptable or unacceptable. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. Technical Evaluation Ratings Rating Description Acceptable Submission clearly meets the minimum requirements of the solicitation Unacceptable Submission does not clearly meet the minimum requirements of the solicitation If the technical submittal is determined "Unacceptable", it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as "Unacceptable" and will no longer be considered for further competition or award (2) PRICE The vendor shall submit one (1) signed copy of their quote. The prices shall be in accordance with the solicitation and will be evaluated on the basis of price reasonableness in accordance with FAR 13.106-3. Price Quotes shall be held firm for sixty (60) days. Vendors shall include pricing for all line items listed. Failure to do this shall be cause for rejection of the quote for all line items. Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit additional information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote. Attachments: Quality Assurance Surveillance Plan (QASP), QASP Matrix, Contract Administration Plan (CAP) FFP 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 PROPOSAL SUBMISSION: Offers shall be emailed or faxed to 207-438-4193 or email (to andrea.gleason@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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2853c19cb1190c8196a31ac5a80c0c02)
 
Place of Performance
Address: Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN03861608-W 20150830/150828235526-2853c19cb1190c8196a31ac5a80c0c02 (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.