Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2017 FBO #5697
MODIFICATION

W -- Temporary Services (JLG Aerial Man-Lift)

Notice Date
6/27/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
3755 Brinser Street Suite 1, San Diego, CA 92136
 
ZIP Code
92136
 
Solicitation Number
N55236-17-Q-0100
 
Response Due
6/28/2017
 
Archive Date
12/25/2017
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N55236-17-Q-0100 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 532490 with a small business size standard of $32.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-06-28 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Special Shipping Instructions. The NAVSEA - SWRMC requires the following items, Brand Name Only (Exact Match), to the following: LI 001: Rental of Man-lifts, Manufacturer: JLG; Models, JLG-600S or JLG-800S ; Diesel Powered, 60 Foot Boom Minimum. Include fuel and refuel costs and shipping and handling costs. See attached Statement of Work for additional information. Total of Five (5) Man-lifts requested., 1, LOT; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NAVSEA - SWRMC intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAVSEA - SWRMC is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.232-34, 52.233-3, and 52.233-4. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Provide temporary services identified in 1.3.1 to location identified in 1.2.1 as directed by the SUPERVISOR. Manufacturer shall be JLG, no substitutes are allowed. Man-lifts must be Certified for use from a floating vessel per ANSI/SIA A92.5-2006. Boom-supported Elevating Work Platforms 7.11.12 Tires must be foam filled. Each Equipment listed in 1.3.1 shall be available for use 24 hours per day, 7 days per week for the duration of Dry-dock (62) days (20JULY2017-20SEPTEMBER2017 Each Equipment listed in 1.3.1 shall include Fuel. Provide and refuel 40 gallons of fuel per week to ensure equipment remains in working order. Each equipment will not be refueled to full status prior to return at the end of the POP. Submit one legible copy in hard copy or approved electronic media, of a weekly report to the SUPERVISOR that shows the amount of fuel each equipment in 1.3.1 consumed When parking each piece of equipment listed in 1.3.1 temporary berms are to be in-place to collect/maintain any contaminants. Berms (Quantity 5 Each) shall be provided by the Contractor and will be required to be drained and cleaned on a daily Basis. Each Equipment listed in 1.3.1 shall include upon delivery maintenance records annotating the annual and/or most recent quarterly inspections have been completed. These records must be signed and dated by a Maintenance Technician. Each equipment identified in 1.3.1 shall have an Arrival/Pre-Use Inspection conducted by PNS DET San Diego with the Contractor upon delivery. Submit one legible copy in hard copy or approved electronic media, of a report to the SUPERVISOR that the services (1.3.1) are staged at 1.2.1, are tested and ready to support Ships Force and shipyard use. Temp Services identified in 1.3.1 shall be removed upon completion of work as directed by the SUPERVISOR. The following DFAR provisions and clauses apply to this acquisition and are incorporated by reference: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7004 Alternate A, System for Award Management (Feb 2014) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016). 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Oct 2016) 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support (May 2016) 252.225-7000 Buy American Act - Balance of Payments Program Certificate (Nov 2014) 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) 252.225-7048 Export-Controlled Items (Jun 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7001 Pricing of Contract Modifications (Dec 1991) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.225-7001 Buy American Act and Balance of Payments Program (Nov 2014) 252.232-7003 Electronic Submission of Payment Requests (Jun 2012) 252.232-7010 Levies on Contract Payment (Dec 2006) (Jun 2012) 252.247-7023 Alternate III Transportation of Supplies by Sea (Apr 2014) The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction (Feb 2016) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.242-17 Government Delay of Work (Apr 1984) 52.247-34 F.O.B. Destination (Nov 1991) This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Request for Quotation (RFQ) N55236-17-Q-0100 is issued as a total small business set-aside. The subject solicitation is being processed using FAR Part 13. The applicable North American Industry Classification System (NAICS) code is 532490 "Other Commercial and Industrial Machinery and Equipment Rental and Leasing" and the size standard is $32.5 million (average annual receipts). This solicitation documents and incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 2005-95 (Effective 19 January 2017). Southwest Regional Maintenance Center, Naval Submarine Base Point Loma, 137 Sylvester Road, San Diego, CA 92106. Attn: Shipbuilding Specialist Richard Dyer, phone (619) 572-3220. Please contact Mr. Richard Dyer beforehand for confirmation of delivery location. Vendors will be required to have a SWRMC approved Quality Management System (QMS) in accordance with NAVSEA standard item 009-04 in place prior to contract award. The QMS may be submitted to the Government prior to the solicitation s closing date and time to demonstrate the offeror s capability to be fully compliant with contract performance requirements and to satisfy the Government s determination of contractor responsibility. Vendors are strongly encouraged to submit the QMS as soon as possible to give the SWRMC QA Department ample time to review and approve the QMS to ensure no delay in contractor eligibility to perform the contract. Point of contact regarding this requirement is SWRMC_qa_c132@navy.mil. 10 July 2017
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N55236/N55236-17-Q-0100/listing.html)
 
Place of Performance
Address: Special Shipping Instructions.
Zip Code: -
 
Record
SN04560092-W 20170629/170628000347-65975338b0df16ccf8a38109bd26752d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.