Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2021 SAM #6988
SOLICITATION NOTICE

W -- Rental of three (3) 135 ft. Manlifts for Guam

Notice Date
1/14/2021 5:26:28 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060421Q4015
 
Response Due
1/20/2021 12:00:00 AM
 
Archive Date
02/04/2021
 
Point of Contact
Beverly Suzuki 808-223-9909
 
E-Mail Address
beverly.suzuki@navy.mil
(beverly.suzuki@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
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 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 to NECO (https://www.neco.navy.mil) and Beta.SAM (https://beta.sam.gov/). The request for quotation (RFQ) number is N0060421Q4015. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-03 and DFARS Publication Notice20201130. 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/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 532490 and the Small Business Size Standard is $35.0 million. The proposed contract is 100% set aside for small business concerns. The Small Business Specialist concurs with the set aside decision. The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing Manlift Rental services for the USS THEODORE ROOSEVELT in accordance with the Statement of Work (attachment 1). 83014 CLIN DESCRIPTION QTY Unit 0001 RENTAL OF 135� MANLIFT 3 EACH Period of Performance: Delivery is 29 January 2021 and Pickup is 08 January 2021 to delivery location of USS THEODORE ROOSEVELT, KILO Pier, Naval Base Guam. Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The method of payment will be Government Purchase card. This requirement will result in a Firm-Fixed Price (FFP) purchase order. Attachments: 1. Statement of Work (SOW) 2. FAR 52.204-24 3. FAR 52.212-3, with Alt 1 Provision Offeror Representations and Certifications. (If your annual representations are certifications are current in the System for Award Management (SAM), complete only paragraph (b) (on page 4) by filling out �N/A� in paragraph b.) FAR Provisions and Clauses: The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-13 SAM Maintenance (Oct 2016) 52.204-16 Commercial and Government Entity Code Reporting (July 2016) 52.204-18 52.204-24 Commercial and Government Entity Code Maintenance Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.212-1 Instructions to Offerors�Commercial Items (DEVIATION 2018-O0018) 52.212-3 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: 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-36 Payment by Third Party 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses Additional Provisions and Clauses: Additional provisions and clauses incorporated by reference are 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 of Personnel Work Product 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016 252.204-7017 252.204-7018 252.222-7999 Covered Defense Telecommunications Equipment or Services--Representation Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Combatting Race and Sex Stereotyping (Deviation 2021-O0001) 252.225-7972 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation. (DEVIATION 2020-O0015) 252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005) 252.232-7010 Levies on Contract Payments 252.232-7017 252.237-7010 252.244-7000 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration Prohibition on Interrogation of Detainees by Contractor Personnel Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea--Basic Questions regarding the solicitation: Questions regarding this RFQ shall be submitted electronically to beverly.suzuki@navy.mil no later than 4:00pm (Hawaii Standard Time) on January 19, 2021. Other methods of submitting questions are not authorized and will not be acknowledged or addressed. Questions submitted after this date and time may not be accepted. Since the submittal of questions may result in amendments to the RFQ, it is imperative that questions be submitted as soon as possible. Evaluation Criteria: Procedures in FAR 13.106 are applicable to this procurement. Award decision will be based on a determination of responsibility and the Lowest Priced Technically Acceptable (LPTA) quote. Price: Quoters shall submit a price for each item listed in this Notice. In determining whether a price is fair and reasonable, the government may use historical data, independent Government estimates in its price analysis, or any other technique permissible by FAR 13.106-3 and FAR 15.404-1(b). Technical: The Quoter�s technical acceptability will be evaluated against the requirements in the Statement of Work. The Quoter�s quote must clearly state that the Quoter does not take any exceptions to the Statement of Work requirements. Responsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter must be determined by the Contracting Officer to be a responsible prospective Quoter in accordance with FAR 9.1. The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible. Such sources include but are not limited to the following: System for Award Management (SAM), Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS) and or the Federal Awardee Performance and Integrity Information System (FAPIIS). Issuance of a purchase order. The Government intends to evaluate quotations and issue a purchase order based upon initial quotations received. Therefore, the Quoter�s initial quotation should contain the Quoter�s best terms from a price and technical standpoint. However, the Government reserves the right to request revised quotations from, or negotiate final purchase order terms with Quoters if it is later determined by the Contracting Officer to be necessary. However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise utilize the formal source selection procedures described at FAR Part 15. The Government may reject any or all quotations if such action is in the public interest; issue a purchase order to other than the Quoter with the lowest price; and waive informalities and minor irregularities in quotations received. It is the Quoter�s responsibility to ensure that there are no discrepancies presented within the information contained in its quote. Potential quoters are hereby notified that in the event there are discrepancies within information in a quote received by the Government, or in comparison to Government information provided in the solicitation, the Government reserves the right to apply its judgment to resolve such discrepancies during the evaluation of the quotes without conducting discussions. Quotation submittal deadline: A complete quote in response to this Combined Synopsis/Solicitation must include a completed FAR 52.204-24 (Attachment 2) and FAR 52.212-3, with Alt 1 (Attachment 3). Quotations shall be submitted via email to beverly.suzuki@navy.mil no later than 2:00pm (Hawaii Standard Time) on January 20, 2021. Oral communications are not 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 to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB destination, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation *******
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b29bdab3bda441c6b2962e958cfc54ed/view)
 
Place of Performance
Address: Naval Base Guam, KILO PIER , ,
 
Record
SN05892312-F 20210116/210114230107 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.