Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 15, 2025 SAM #8602
SOLICITATION NOTICE

39 -- USCIS Forklift and Pallet Jack Lease and Maintenance

Notice Date
6/13/2025 8:02:46 AM
 
Notice Type
Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
US CITIZENSHIP IMMIGRATION SVCS WASHINGTON DC 20528 USA
 
ZIP Code
20528
 
Solicitation Number
70SBUR25Q00000100
 
Response Due
6/23/2025 7:00:00 AM
 
Archive Date
07/08/2025
 
Point of Contact
Inna Aydinyan, Rachel Turner
 
E-Mail Address
Inna.A.Aydinyan@uscis.dhs.gov, rachel.m.turner@uscis.dhs.gov
(Inna.A.Aydinyan@uscis.dhs.gov, rachel.m.turner@uscis.dhs.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This is a combined synopsis/solicitation for the lease and maintenance for one (1) very narrow aisle reach forklift, one (1) small electric pallet jack, one (1) walkie stand behind reach forklift and two (2) electric ride-on pallet jacks in accordance with FAR 12.603 with the synopsis requirements of FAR 5.207. Please refer to FAR provision 52.212-1 Instructions to Offerors-Commercial Items. 1) Action Code � N/A 2) Date - The period of performance will be a base of 07/01/2025 � 06/30/2026, with four (4) optional periods of one year each for a total potential period of performance end of 06/30/2030 3) Year � This is a requirement for FY25 4) Contracting Office Zip Code � 05495 5) Product Service Code � 3930 - WAREHOUSE TRUCKS AND TRACTORS, SELF-PROPELLED 6) Contracting Office Address � 124 Leroy Road, Williston VT, 05495 7) Subject � Forklift and pallet jack equipment for USCIS Document Management Division (DMD) 8) Proposed Solicitation Number � 70SBUR25Q00000100 9) Closing Response Date- Solicitation will close on Monday, June 23, at 10:00 AM ET 10) Contact Point or Contracting Officer � See (xvi) below 11) Contract Award and Solicitation Number � Award Number: N/A; 12) Contract Award Dollar Amount � TBD 13) Line Item Number � See (v) below 14) Contract Award Date � TBD 15) Contractor � TBD 16) Description � Per FAR 12.603(2)(i)-(xvi) (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is being issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06. (iv) This is an open market solicitation. The associated NAICS code is 423830 - Industrial Machinery and Equipment Merchant Wholesalers, with a small business size standard of 100 employees. (v) See the pricing spreadsheet for a list of line item number(s) and items, quantities, and units of measure (including options). (vi) This requirement is for the lease and maintenance of forklift and pallet jack equipment with the USCIS DMD offices in accordance with the criteria outlined in Statement of Work. (vii) Period of performance for the base period will be 07/01/2025 � 06/30/2026 with four (4) optional periods for a total potential period performance end of 06/30/2030. Delivery and acceptance of deliverables shall be in accordance with the Statement of Work. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. (ix) The provision at 52.212-2, Instructions to Offerors-Commercial, applies to this acquisition. The specific evaluation criteria outlined in paragraph (a) of 52.212-2 are: Technical Acceptability and Price. (x) A complete copy of the provision 52.212-3, Offeror Reps and Certifications-Commercial Items shall be included with the quote. (xi) The clause 52.212-4, Contract Terms and Conditions- Commercial Items applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items applies to this acquisition as well as the additional FAR clauses cited in FAR 52.212-5. (xiii) RFQ is being issued with the intent to make one (1) award. Award will be based on a Lowest-Price Technically-Acceptable quote. Submission of a complete quote constitutes affirmation of your ability to provide the services as outlined in the attached solicitation documents. Amendments to this solicitation will be publicized in the same manner as the initial synopsis and solicitation. The Government is requesting maximum additional discounts beyond standard commercial pricing for this the requirement. The quote shall display any discount provided by the contractor and should represent the best possible price that the contractor can provide. In accordance with FAR 22.1009-4(a): (1) The place of performance are at the below two (2) locations: Corbin Production Facility 203 Allison Blvd. Corbin, KY 40701 Lee�s Summit Production Facility 777 NW Blue Parkway Suite 3370 Lee's Summit MO, 64086 (xiv) No Defense Priorities and Allocations System rating will be assigned to this solicitation or resulting contract. (xv) To be considered for award, please provide a clear and complete pricing quote by email to Inna Aydinyan at Inna.A.Aydinyan@uscis.dhs.gov and Rachel Turner, Rachel.M.Turner@uscis.dhs.gov, no later than Monday, June 23, 2025 by 10:00 AM EST. Quotes received after this time may not be considered for award. All emails shall adhere to size limitations of the USCIS firewall which is 10MB per email. (xvi) For information regarding the solicitation, the Contract Specialist Inna Aydinyan and Contracting Officer Rachel Turner can be reached at Inna.A.Aydinyan@uscis.dhs.gov and Rachel.M.Turner@uscis.dhs.gov. 17) The places of performance are at various locations within the DMD offices in Corbin KY 40701 and Lee�s Summit, MO 64086. 18) This award is open to small and other than small business. Attachments: 1. SF 1449, Statement of Work, and Terms and Conditions 2. Pricing Spreadsheet
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1b2acc7ce6b3479595416cc6df6ec7e1/view)
 
Place of Performance
Address: Lees Summit, MO 64086, USA
Zip Code: 64086
Country: USA
 
Record
SN07477358-F 20250615/250613230049 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.