Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2014 FBO #4759
SOLICITATION NOTICE

W -- Urgent rental of forklifts for Groton, CT - Request for Quote Sheet

Notice Date
12/3/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Portsmouth Navy Shipyard, Building 170, Kittery, Maine, 03904-5000, United States
 
ZIP Code
03904-5000
 
Solicitation Number
N39040-15-T-0055
 
Archive Date
12/31/2015
 
Point of Contact
Emily Bateman, Phone: 2074386819, Aimee Maciejewski, Phone: 2074385524
 
E-Mail Address
emily.bateman@navy.mil, Aimee.Maciejewski@Navy.mil
(emily.bateman@navy.mil, Aimee.Maciejewski@Navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N39040-15-T-0055 Request for Quote Sheet This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, 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. The RFQ number is N39040-15-T-0055. This solicitation documents and incorporates provisions and clauses in effect through FAC 05-78 and DFARS Change Notice 2014-1113. 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/fac.html and http://www.acq.osd.mil/dpap/dars/change_notices.html. The NAICS code is 532490 and the Small Business Standard is $32.5 million. This is an UNRESTIRCTED solicitation. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: rental of large forklifts. Period of performance is 12/5/14 to 5/8/14; Place of Performance is Groton, CT. ITEM 0001 **TECHNICAL DATA SHEETS MUST BE SUBMITTED IN ORDER TO DETERMINE COMPLIANCE WITH SPECIFICATIONS. FAILURE TO PROVIDE MAY RESULT IN YOUR QUOTATION BEING DETERMINED TECHNICALLY UNACCEPTABLE.** Rental of one (1) each forklift, 7-ton capacity fork lift (14 - 16K Capacity, Not To Exceed 16K), gas or diesel operated with semi-pneumatic tires, with headlight, enclosed cab, with side-shift, air-filled tires in relatively new condition, lights for night work, and 48" forks. The units must 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, exposure to snow, wind, and rain in a -10 to 100 degree Fahrenheit environment and meet all OSH and NEC code requirements for this type of equipment. The equipment shall be delivered in first class operating condition. 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 filter, etc.) except for daily checks of liquid levels. In the event of a breakdown, service will be provided within 4 hours of notification. In the event the equipment cannot be returned to service within 24 hours, the contractor shall provide a replace 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. Period of Performance: 12/05/2014 to 05/08/2015 (22 Weeks) Place of Performance: Subase New London, Groton, CT ITEM 0002 **TECHNICAL DATA SHEETS MUST BE SUBMITTED IN ORDER TO DETERMINE COMPLIANCE WITH SPECIFICATIONS. FAILURE TO PROVIDE MAY RESULT IN YOUR QUOTATION BEING DETERMINED TECHNICALLY UNACCEPTABLE.** Rental of one (1) each forklift, 10-ton capacity fork lift (20-25K Capacity, Not To Exceed 25K), gas or diesel operated with semi-pneumatic tires, with headlight, enclosed cab, with side-shift, air-filled tires in relatively new condition, lights for night work, and 7 foot blades. The units must 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, exposure to snow, wind, and rain in a -10 to 100 degree Fahrenheit environment and meet all OSH and NEC code requirements for this type of equipment. The equipment shall be delivered in first class operating condition. 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 filter, etc.) except for daily checks of liquid levels. In the event of a breakdown, service will be provided within 4 hours of notification. In the event the equipment cannot be returned to service within 24 hours, the contractor shall provide a replace 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. Period of Performance: 12/05/2014 to 05/08/2015 (22 Weeks) Place of Performance: Subase New London, Groton, CT 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: 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) 52.209-6 Protecting the Government's Interest When Subcontracting 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 52.219-28, Post Award Small Business Representation 52.222-3 Convict Labor 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 - System for Award Management 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates 52.223-11 Ozone-Depleting Substances 52.225-25 Prohibition on Contracting 52.232-36, Payment by Third Party 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.242-15 Stop-Work Order 52.242-17 Government Delay Of Work 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses Quoters shall 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: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DOD officials DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992) DFARS 252.204-7004 Alt A, System for Award Management DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011) DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) DFARS 252. 244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea This announcement will close at 2:00 PM ET local time on 27 October 2014. Contact Emily Bateman who can be reached by email emily.bateman@navy.mil. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated based on the following criteria: - Technical Acceptability - Price - Delivery Date (The contracting officer reserves the right to award based on delivery) METHOD OF PROPOSAL SUBMISSION: Offers shall be faxed to 207-438-4193. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM): Vendors 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), a point of contact, name, email address, phone/FAX number, CAGE CODE, AND business size. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d3b13cd099907c80e4e10f31c2952c85)
 
Place of Performance
Address: Groton, Connecticut, United States
 
Record
SN03585926-W 20141205/141203234429-d3b13cd099907c80e4e10f31c2952c85 (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.