Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2016 FBO #5466
SOLICITATION NOTICE

W -- CONTRACT FOR RENTAL AND MAINTENANCE OF FOUR (4) 600 SERIES JLG-BRAND 60 FT, DIESEL-POWERED MANLIFTS (Two "S" and Two "AJ" Models) at PORTSMOUTH NAVAL SHIPYARD, KITTERY, MAINE (01/04/2017 - 03/15/2017). NAICS Code 532490 - Package #1

Notice Date
11/8/2016
 
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
N39040-17-T-0046
 
Archive Date
12/7/2016
 
Point of Contact
Deana Manfredi, Phone: 2074381630, Aimee Maciejewski, Phone: 2074385524
 
E-Mail Address
deana.manfredi@navy.mil, Aimee.Maciejewski@Navy.mil
(deana.manfredi@navy.mil, Aimee.Maciejewski@Navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2. RFQ Form N39040-17-T-0046, PR N3904017RQ70069 (1 Page) Attachment 1. Statement of Work (SOW) Manlifts Spec # 2016-06 (4 pages) 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 N39040-17-T-0046. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-91, and DFARS Change Notice 20161021. 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 the following address: http://farsite.hill.af.mil/. The NAICS code is 532490. This is a Small Business Set-Aside. Under this NAICS Code, the Small Business Size Standard is $32.5 million. NOTE: In accordance with FAR 6.302-1, only one brand-name manufacturer is available to provide these services, JLG Industries. These man-lifts are of a brand and model that production workers are specifically trained on. Portsmouth Naval Shipyard places the utmost importance on safety of operators and assistant workers in the use of aerial work platform and material handling equipment. There are significant costs to the Portsmouth Naval Shipyard in training for safety and operational features of man lift aerial equipment. The Portsmouth Naval Shipyard has determined it necessary, after considering financial aspects and readiness factors, to standardize the training for aerial man lifts. Portsmouth Naval Shipyard limits the types of models for the purpose of standardization and familiarity with equipment as set forth herein. Portsmouth Naval Shipyard (PNS) requests responses from qualified sources capable of providing the: Rental of two (2) JLG 600 Series Model S 60 ft. Manlifts, and; Rental of two (2) JLG 600 series Model AJ 60 ft. Manlifts. The Place of Performance is Portsmouth Naval Shipyard (PNS), Kittery, ME. The Period of Performance (POP) is ten (10) weeks from 01/04/2017 - 03/15/2017. ITEM DESCRIPTION 0001 Rental of one (1) JLG brand 600 S Model Series Manlift in accordance with (IAW) Attachment 1, Statement of Work, Section 3, Specification Item 3.1. POP = 01/04/2017 - 03/15/2017 0002 Rental of one (1) JLG brand 600 S Model Series Manlift IAW Attachment 1, Statement of Work, Section 3, Specification Item 3.1. POP = 01/04/2017 - 03/15/2017 0003 Rental of one (1) JLG brand 600 AJ Model Series Manlift AW Attachment 1, Statement of Work, Section 3, Specification Item 3.2. POP = 01/04/2017 - 03/15/2017 0004 Rental of one (1) JLG brand 600 AJ Model Series Manlift IAW Attachment 1, Statement of Work, Section 3, Specification Item 3.2. POP = 01/04/2017 - 03/15/2017 *PRICES MUST BE FOB DELIVERED/DESTINATION TO PORTSMOUTH NAVAL SHIPYARD (PNS), KITTERY, ME. 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 (July 2013) 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-13, SAM Maintenance (July 2013) 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) 52.204-17, Ownership or Control of Offeror (Jul 2016) 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-20, Predecessor of Offeror (Jul 2016) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation (Nov 2015) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.211-6, Brand Name or Equal (Aug 1999) 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (Apr 2008) 52.211-15, Defense Priority and Allocation Requirement (Apr 2008) 52.212-1, Instructions to Offerors-Commercial Items (Oct 2016) 52.212-2, Evaluation-Commercial Items (Oct 2014) 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2016) 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015) 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Nov 2016) 52.219-1, Small Business Program Representations, Alternate I (Sept 2015) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28, Post Award Small Business Representation (July 2013) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sept 2016) 52.222-36, Affirmative Action for Workers with Disabilities (July 2014) 52.222-42, Statement of Equivalent Rates (May 2014) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restriction on Foreign Purchases (June 2008) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Oct 2015) 52.232-33, Payment by Electronic Funds Transfer - SAM (July 2013) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.252-2, Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses Offerors shall include a completed copy of 52.212-3 and its Alt I with quote submission, 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 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.203-7005, ORAL ATTESTATION OF SECURITY RESPONSIBILITIES (NOV 2001) DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992)252.204-7008, DFARS 252.204-7004, ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT (FEB 2014) DFARS 252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) DFARS 252.204-7009, LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR REPORTED CYBER INCIDENT INFORMATION (OCT 2016) DFARS 252.204-7011, Alternative Line Item Structure (Sept 2011) DFARS 252.204-7012, Safeguarding Unclassified Controlled Technical Information (Nov 2013) DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011) DFARS 252.225-7048, Export Controlled Items (Jun 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) DFARS 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS AND COMMERCIAL COMPONENTS (DOD CONTRACTS) (JUN 2013) DFARS 252.247-7023, Transportation of Supplies by Sea (April 2014) This announcement will close at 11:00 AM ET on Tuesday, 11/22/2016. For questions regarding this notice, please contact Deana Manfredi by email at deana.manfredi@navy.mil, or by phone at 207-438-1630. 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 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 • Adherence to Schedule (The Contracting Officer reserves the right to award based on ability to meet desired schedule.) Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors, and the Addendum to FAR 52.212-1 and determined to be either acceptable or unacceptable. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. Technical Evaluation Ratings: Rating: Acceptable Description: Submission clearly meets the minimum requirements of the solicitation Rating: Unacceptable Description: Submission does not clearly meet the minimum requirements of the solicitation If the technical submittal is determined "Unacceptable", it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as "Unacceptable", and will no longer be considered for further competition or award. 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/. METHOD OF PROPOSAL SUBMISSION: All quotes must be sent via email to: deana.manfredi@navy.mil. All Offerors are requested to fill out and submit the: 1) Attachment 2, RFQ Form, in its entirety 2) Provide equipment data sheet(s) for each of the JLG Manlift unit(s) it proposes to provide in response to the RFQ. No deviation(s) from the Statement of Work is authorized. All quotes shall include the Offeror's price(s), a point of contact name, phone number, CAGE Code, technical specifications of units offered, business size under NAICS Code 532490, and payment terms. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Quotes in excess of fifteen (15) pages in total will not be accepted by email. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4c0df13b34f5efe8354dc55dc94cb52a)
 
Place of Performance
Address: Portsmouth Naval Shipyard (PNS), KITTERY, Maine, 03904, United States
Zip Code: 03904
 
Record
SN04323138-W 20161110/161108234555-4c0df13b34f5efe8354dc55dc94cb52a (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.