SOLICITATION NOTICE
W -- Rental of of one 3-ton forklift and one 7-ton forklift at SUBBASE NLON
- Notice Date
- 3/24/2008
- Notice Type
- Solicitation Notice
- Contracting Office
- N00189 FISC NORFOLK, PORTSMOUTH NAVAL SHIPYARD ANNEX Building 153, 6th Floor Portsmouth, NH
- ZIP Code
- 00000
- Solicitation Number
- N0018908QPL24
- Response Due
- 3/31/2008
- Archive Date
- 4/30/2008
- Point of Contact
- Rachel Toracinta 207-438-6818 Jack Norton- 207-438-4214
- 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 the test program for commercial items found at FAR 13.5, 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 both FEDBIZOPPS and NECO (https://www.neco.navy.mil/ ). The RFQ number is N00189-08-Q-PL24. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-24 and DFARS Change Notice 20080303. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/html/current/252 201.htm. The NAICS code is 532490 and the Small Business Standard is 500. This is a competitive, unrestricted action]. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: CLIN 0001- Rental Contract for one 3-Ton Enclosed Diesel Operated Forklift with headlight at SUBBASE NLON, Groton CT. CLIN 0002-Rental Contract for one 7-Ton Enclosed Diesel Operated Forklift with headlight at SUBBASE NLON, Groton CT. Both CLIN 0001 and 0002 must meet the following specifications: The units shall be portable and easily moved by overhead crane without special handling gear. The contractor shall clearly indicate the weight of the unit and the center of gravity. The units shall be designed for outside operations, exposed to wind and rain in a ?10 degree to 100 degree F environment and meet all OSH and NEC code requirements for this type of equipment as well as applicable design and performance requirements of ANSI B56.1 that were in effect at the time of manufacture. OSHA Safety and Health Standards, Title 29 C FR, Part 1910.178. The contractor shall provide a firm fixed price regardless of hours used. The forklifts shall be delivered with a full tank of fuel. The Government will return the forklift with a full tank of fuel. The Contractor shall notify the Contracting Officer if the unit is not returned with a full tank of fuel. The Contractor will be compensated for the number of gallons required to make a full tank of fuel. The equipment shall be delivered in first class operating condition. The unit shall have no visible fluid leaks during operation or sitting idle. Forklifts are to be enclosed for adverse weather conditions.The Contractor shall be responsible for equipment failure not arising out of abuse or negligence by the Government. All spare parts, any filters and maintenance shall be provided at no additional charge. The Contractor shall be responsible for all routine maintenance, oil change, oil filters, etc. except for daily checks of liquid levels. 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 return to service within twenty-four (24) hours, the contractor shall provide a replacement to the Government at no extra charge. The Contractor shall maintain a stringent maintenance program. During routine maintenance or emergency breakdown, the contractor shall provide liquid spill p rotection to the ground surface. It shall be the responsibility of the contractor to reimburse the Government for containing the spill and shall clean the area prior to leaving the site. Contractor shall provide any necessary operator training in accordance with applicable standards. Contractor access to Government Facility: No person not known to be an American Citizen of good standing and repute shall be eligible for access to a Government Facility. Proof of citizenship may be required. Entrance of foreign nations requires approval. (ref: SECNAVINST) 5510.34 Delivery [Period of performance] is April 7, 2008 to September 19, 2008 (24 Weeks). 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: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.219-8, 52.219-14, 52.222-19, 52.223-15, and 52.225-13. Quoters [shall include] [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: 252.212-7000, Offeror Represent ations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 52.203-3, 252.225-7016, and 252.247-7002. [The Year 2000 Warranty - Commercial Items applies.] 52.223-11, Ozone-Depleting Substances-Commercial Items; 52.253-1, Computer Generated Forms-Commercial Items; 52.233-3, Protest After Award; 52.211-15, Defense Priority and Allocation Requirements; 52.242-15, Stop-Work Order; 52.242-17 Government Delay of Work; and 52.246-1, Contractor Inspection Requirements. This announcement will close at 3:00PM EST on March 31, 2008. Contact Rachel Toracinta who can be reached at 207-438-6818 or email Rachel.toracinta @navy.mil. [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.] [Oral commun ications are not acceptable in response to this notice.] All responsib le sources may submit a quote which shall be considered by the agency. [See Numbered Note: ____ ] OR [No Numbered Notes apply]. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, technical compliance, and past performance. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ . METHOD OF PROPOSAL SUBMISSION: The NECO website has a "submit bid" button next to the solicitation number. DO NOT use the "submit bid" button on NECO to submit your proposal. [Negotiator please enter allowable method(s) for submitting proposals in response to your RFQ/RFP.] All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
- Record
- SN01540161-W 20080326/080324225017 (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 |