Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2013 FBO #4289
MODIFICATION

W -- Rental of Forklifts in Point Loma, CA

Notice Date
8/20/2013
 
Notice Type
Modification/Amendment
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk Portsmouth Naval Shipyard Annex, Building 153, 6th Floor, Portsmouth, New Hampshire, 03801, United States
 
ZIP Code
03801
 
Solicitation Number
N00189-13-T-PC48
 
Archive Date
2/26/2014
 
Point of Contact
Evan W. Coburn, Phone: 207-438-1630, Nicholas Kulakowski, Phone: 207-438-5253
 
E-Mail Address
evan.coburn@navy.mil, nicholas.kulakowski@navy.mil
(evan.coburn@navy.mil, nicholas.kulakowski@navy.mil)
 
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 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 on FEDBIZOPPS (www.fbo.gov ). The RFQ number is N00189-13-T-PC48. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-66 and DFARS Change Notice 20130412. 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/dfars/index.htm. The NAICS code is 532490. The small business size standard for NAICS Code 532490 is $30 Million. The solicitation is set-aside 100% for small business. NAVSUP Fleet Logistics Center Norfolk - Portsmouth Naval Shipyard Annex requests responses from qualified sources capable of providing: Line Item 0001: Rental of three (3) each forklifts 3-ton capacity with headlight, diesel operated, with pneumatic tires for 34 weeks. Place of Performance: Naval Base Point Loma, San Diego, CA. Period of Performance: 09/17/13 to 05/17/14. The unit shall be portable and easily moved by overhead crane without special handling gear. The vendor shall clearly indicate the weight of the unit and the center of gravity. The unit shall be designed for outside operation, wind and rain. The unit must meet all OSH and California Code Requirements (including California Emissions Standards) for this type of equipment. The equipment shall be delivered in first class operating 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 are to be provided at no additional charge. The vendor shall be responsible for all routine maintenance, change oil, oil filters, etc., except for daily checks of liquid levels. In the event of a breakdown, service will be provided within four (4) hours of notification. In the event the equipment cannot be returned to service within 8 hours, the contractor shall provide a replacement within 24 hours to the Government at no extra charge. The contractor shall provide a point of contact and telephone number for use in requesting service if problems arise with the forklift. Line Item 0002: Rental of one (1) each forklift 7-ton capacity with headlight, diesel operated, with semi-pneumatic tires for 34 weeks. Place of Performance: Naval Base Point Loma, San Diego, CA. Period of Performance: 09/17/13 to 05/17/14. The unit shall be portable and easily moved by overhead crane without special handling gear. The vendor shall clearly indicate the weight of the unit and the center of gravity. The unit shall be designed for outside operation, wind and rain. The unit must meet all OSH and California Code Requirements (including California Emissions Standards) for this type of equipment. The equipment shall be delivered in first class operating 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 are to be provided at no additional charge. The vendor shall be responsible for all routine maintenance, change oil, oil filters, etc., except for daily checks of liquid levels. In the event of a breakdown, service will be provided within four (4) hours of notification. In the event the equipment cannot be returned to service within 8 hours, the contractor shall provide a replacement within 24 hours to the Government at no extra charge. The contractor shall provide a point of contact and telephone number for use in requesting service if problems arise with the forklift. 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 52.212-2, Evaluation - Commercial Item (Jan 1999) 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 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) 52.219-28, Post Award Small Business Representation 52.222-19, Child Labor-Cooperation With Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-3, Hazardous Material Identification & Material Safety Data 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restriction on Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - CCR 52.252-2, Clauses Incorporated by Reference 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates Vendors shall include a completed copy of 52.212-3 and its ALT I with quotes, if the representation and certification is not available via SAM.gov. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011) DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) DFARS 252.232-7010, Levies on Contract Payments This announcement will close at 3:00 PM ET on Monday, 08/26/2013. Contact Evan Coburn at 207-438-1630 or email evan.coburn@navy.mil. Oral communications are not acceptable in response to this notice. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Offers will be evaluated based on the following criteria: - Technical Acceptability - Price System for Award Management (SAM): Offerors 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/. Quotations will be evaluated on an all or none basis. The successful vendor must be able to provide both line items. 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. All quotes must be sent via fax (207-438-1251) or mail: Portsmouth Naval Shipyard Evan Coburn Code 530.EC NAVSUP Fleet Logistics Center Norfolk, Portsmouth Annex Portsmouth, NH 03801 All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, business size under NAICS Code 562991, and payment terms. Quotes over 15 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189PNH/N00189-13-T-PC48/listing.html)
 
Place of Performance
Address: Naval Base Point Loma, Portsmouth Naval Shipyard- San Diego Detachment, San Diego, California, 92106, United States
Zip Code: 92106
 
Record
SN03156025-W 20130822/130821000346-17073f3d5cd9b7559ebc5910955e36d2 (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.