Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2019 FBO #6411
SOLICITATION NOTICE

J -- FORKLIFT PAINTING OVERHAUL CORROSION MAINTENANCE SERVICES

Notice Date
6/11/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
92136
 
Solicitation Number
N0024419Q0197
 
Response Due
6/14/2019
 
Archive Date
7/31/2019
 
Point of Contact
CHARLES E. FLETCHER II 6195565519
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS and FAR 13 SIMPLIFIED ACQUISTION PROCEDURES. Supplemented with 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 both Federal Business Opportunity (FBO) website at https://www.fbo.gov/ and NECO website (https://www.neco.navy.mil/). The RFQ number is N00244-19-Q-0197. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-87 and DFARS Publication Notice 20160325. It is the responsibility of the vendor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 811121 ($7.5M). This proposed offer is a 100% Small Business Set-Aside. The Request for Quote (RFQ) is a Lowest Price Technically Acceptable (LPTA) All or None offer. The NAVSUP Fleet Logistics Center San Diego requests responses from qualified sources capable of performing the Overhaul Corrosion Maintenance Services in accordance with the attached Performance Based Work Statement (PWS). NOTE: Attachment 52.212-2 EVALUATION---COMMERCIAL ITEMS (DEC 2014) COMMERCIAL ITEMS, the 8 criteria responses must completed in detail for the quote to be accepted. All CLINs for Forklift Painting Overhaul Corrosion Maintenance Services as specified below in accordance with the attached Performance Based Work Statement (PWS): CLIN Start Date End Date Unit and Total Prices ($) CLIN 0001 “ QTY 1 EA - JLG Boom Lift Model: 601S Serial Number 30082191 All pricing is to be itemized in accordance with the PWS. Rework to be included in price. 01 July 2019 29 November 2019 CLIN 0002 “QTY 10 EA - 4K HYSTER ELECTRIC EE FORKLIFT MODEL: E40XL SERIAL NUMBERS: A. 13-23245 B. 13-23246 C. 13-23247 D. 13-23238 E. 13-23239 F. 1323240 G. 13-23241 H. 13-23242 I. 13-23243 J. 13-23244 All pricing is to be itemized in accordance with the PWS. Rework to be included in price. 01 July 2019 29 November 2019 CLIN 0003 “QTY 2 EA - 6K HYSTER DIESEL MODEL: 560FT6 SERIAL NUMBERS: A. 13-85720 B. 13-85721 All pricing is to be itemized in accordance with the PWS. Rework to be included in price. 01 July 2019 29 November 2019 CLIN 0004 “ QTY 4 EA “ 6K LIFT KING All pricing is to be itemized in accordance with the PWS. Rework to be included in price. 01 July 2019 29 November 2019 CLIN 0005 “QTY 1EA “ 20K HYSTER FORKLIFT MODEL: LK20SCB SERIAL NUMBER: A. 13-19026 All pricing is to be itemized in accordance with the PWS. Rework to be included in price. 01 July 2019 29 November 2019 CLIN 0006 “QTY 1 EA - 10K ROUGH TERRAIN PNEUMATIC MODEL: LKSB1-06 SERIAL NUMBER: A. 18-00540 All pricing is to be itemized in accordance with the PWS. Rework to be included in price. 01 July 2019 29 November 2019 CLIN 0007 “ QTY 5EA “ 4K ROUGH TERRAIN PNEUMATIC MODEL All pricing is to be itemized in accordance with the PWS. Rework to be included in price. 01 July 2019 29 November 2019 Note: The Wage Determination Number is 2005-2057, Revision Number 18 and Date of Revision is 12/29/2015. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.212-1 Instructions to Offerors - Commercial Items; 52.212-2 Evaluation ”Commercial Items (See attached to this Request for Quote (RFQ)) 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 [Applicable clauses: 52.204-10; 52.209-6; 52.209-10; 52.219.6; 52.219-28; 52.222-3; 52.222-19; 52.222-26; 52.225-13; 52.232-33]. 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.222-19 Child Labor ”Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.222-41 Service Contract Labor Standards 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-18 Availability of Funds 52.232-36 Payment by Third Party 52.237-2 Protection of Government Buildings, Equipment and Vegetation 52.239-1 Privacy or Security Safeguards 52.246-25 Limitation of Liability--Services 52.247-34 F.o.b. Origin, Destination 52.252-1 -- Solicitation Provisions Incorporated by Reference 52.252-2 -- Clauses Incorporated by Reference Bidders [shall include] OR [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: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252-211-7003 Unique Item ID 252.232-7010 Levies On Contract Payments 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) AWARD BY FULL QUANTITY The offeror must submit a price for all items in this solicitation to be eligible for award. Award will be made to that responsible offeror proposing the Lowest Price Technically Acceptable (LPTA) for all items. REVIEW OF AGENCY PROTESTS The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d). Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority. The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 3985 Cummings Road, San Diego, CA 92136-4200. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the contracting officer or reviewing official. Offerors should note this review of the Contracting Officers decision will not extend GAOs timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. UNIT PRICES (OCT 2016) Contractor unit prices, when incorporated into a Government contract, may be releasable under the Freedom of Information Act (FOIA) in the event NAVSUP FLCSD receives a FOIA request. ECMRA SUBPART 5237.1-SERVICE CONTRACTS GENERAL 5237.102 Policy (90) DoD contracting activities awarding or administering contracts shall incorporate the following Enterprise-wide Contractor Manpower Reporting Application (ECMRA) standard language into all contracts which include services, provided the organization that is receiving or benefiting from the contracted service is a Department of Defense organization, including reimbursable appropriated funding sources from non-DoD executive agencies where the Defense Component requiring activity is the executive agent for the function performed. The reporting requirement does not apply to situations where a Defense Component is merely a contracting agent for another executive agency. The only contracted services excluded from reporting are construction and utilities. The standard language to be inserted is: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the [NAMED COMPONENT] via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil. Section L under $250K This announcement will close at 12:00 (Noon) pm PST on 14 June 2019. The deadline for all questions is 11:00 am PST on 13 June 2019. All times are Firm. The Contact Specialist Charles E. Fletcher II can be reached at email charles.e.fletcher1@navy.mil using subject line: RFQ N00244-19-Q-0197 Navy Forklift Painting Overhaul Corrosion Maintenance Services. Oral communications is not an acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM). Quoters must be registered in the SAM database and current to be considered for award. Registration can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), F.o.b. Destination; a point of contact, name and phone number, GSA contract number if applicable and business size. Each response must clearly indicate the capability of the Bidder to meet all specifications and requirements in accordance with the Performance Work Statement (PWS). Please read the PWS and the attachments carefully. ******* End of Combined Synopsis/Solicitation ******** NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-JUN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024419Q0197/listing.html)
 
Place of Performance
Address: SAN DIEGO CA, SAN DIEGO, CA
Zip Code: 92136
Country: US
 
Record
SN05337652-F 20190613/190611230033 (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.