MODIFICATION
W -- Forklift Lease
- Notice Date
- 7/22/2015
- Notice Type
- Modification/Amendment
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, Simonpietri Drive, Newport, Rhode Island, 02841-1708
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-15-Q-1872
- Point of Contact
- Dawn A. Griffin, Phone: 4018324005, Jay Parker, Phone: 4018324891
- E-Mail Address
-
dawn.griffin@navy.mil, jay.parker1@navy.mil
(dawn.griffin@navy.mil, jay.parker1@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of Amendment 3 is to remove the Set Aside restriction. The purpose of Amendment 2 is to add a Minimum Specifications Checklist and to extend the RFQ closing date and time. All quotes, including any that were submitted previously, shall include a completed Minimum Specifications Checklist. Any quote submitted without a Minimum Specifications Checklist completed in its entirety will not be considered for award. The solicitation closing date and time is hereby extended to July 15, 2015 by 11:00am ET. All other RFQ terms and conditions below remain unchanged. __________________________________________________ PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 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. Request for Quotation (RFQ) number is N66604-15-Q-1872. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) requires the lease of a forklift for a base period of one (1) year, with two (2) additional option periods of one (1) year each. The required forklift is for a Hyundai 160-D7E, or equivalent, in accordance with the attached minimum specifications. To be considered for award, offers of "equal" products must meet salient physical, function, performance and safety characteristics as specified in the solicitation. The resulting contract will be a Firm-Fixed Price (FFP) purchase order. Offerors are required to submit detailed information showing the quoted forklift to be leased meets the Government's minimum requirements. The offeror must have a service technician available within a one (1) hour drive of NUWCDIVNPT Bangor on-site Office at Naval Base Kitsap, Submarine Base Bangor, 2012 Guardfish Street, Silverdale, WA. Required delivery shall correspond with the anticipated base Period of Performance (POP) of 01-August-2015 through 31-July-2016. If exercised, the anticipated POPs for Option 1 is 01-August-2016 through 31-July-2017 and Option 2is 01-August-2017 through 31-July-2018. CLIN Description QTY 0001 Hyundai 160-D7E forklift (brand name or equal) POP 01-August-2015 through 31-July-2016 12 months 0002 Hyundai 160-D7E forklift (brand name or equal) POP 01-August-2016 through 31-July-2017 12 months 0003 Hyundai 160-D7E forklift (brand name or equal) POP 01-August-2017 through 31-July-2018 12 months This requirement is a 100% small business set-aside as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code is 532490. The Size Standard is $32,500,000.00. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items applies to this solicitation. The provision at FAR 52.212-3 (ALT I), Offeror Representations and Certifications-Commercial Items applies to this solicitation. FAR clauses 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 apply. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. Technically acceptable means the items quoted meet the specifications attached and the quote meets the delivery requirement specified above. Failure to include all required items in the quote will render the quote ineligible for award. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far. Quotes shall include complete product information, price, delivery terms, and the following additional information: point of contact (including phone number and email address), contractor cage code, and contractor DUNS number. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating DO-C9 applies. This solicitation requires registration in the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Required delivery is F.O.B. Destination, NUWCDIVNPT Bangor on-site office, Naval Base Kitsap, Submarine Base Bangor, 2012 Guardfish Street, Silverdale, WA. Quotes must be received by 11:00 a.m. eastern time on 7/15/15. Quotes received after this date and time are late and will not be considered for award. Quotes must be submitted to Dawn Griffin at dawn.griffin@navy.mil. For information on this acquisition contact Dawn Griffin.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-15-Q-1872/listing.html)
- Place of Performance
- Address: NUWCDIVNPT Bangor on-site Office at Naval Base Kitsap, Submarine Base Bangor, 2012 Guardfish Street, Silverdale, WA, Silverdale, Washington, 98383, United States
- Zip Code: 98383
- Zip Code: 98383
- Record
- SN03807194-W 20150724/150723000559-a53d50ee1cd6d615d40670773b2b70a5 (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 |