Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2018 FBO #6085
SOLICITATION NOTICE

W -- Forklift Rental - 9 vehicles for 12 months - Forklift documents

Notice Date
7/20/2018
 
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, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
 
ZIP Code
98207-5005
 
Solicitation Number
N4523A18Q1304
 
Archive Date
8/10/2018
 
Point of Contact
Brian Fergus, Phone: 3604761356
 
E-Mail Address
brian.fergus@navy.mil
(brian.fergus@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N4523A18Q1304 - CLAUSES INCLUDED BY EXECUTIVE ORDERS N4523A18Q1304 - EVALUATION CRITERIA N4523A18Q1304 - BASE ACCESS INSTRUCTIONS N4523A18Q1304 - TECHNICAL COMPLIANCE SPREADSHEET N4523A18Q1304 - PRICING SPREADSHEET N4523A18Q1304 - COMBINED SYNOPSIS/SOLICITATION N4523A18Q1304 - STATEMENT OF WORK This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation # N4523A18Q1304 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 dated 15 June 2018. The North American Industry Classification System (NAICS) code for this requirement is 532490 Other Commercial and Industrial Machinery and Equipment Rental and Leasing, with a Small Business Size Standard of $32,500,000. The Product Service Code for this acquisition is W039 - Lease or Rental of Equipment - Materials Handling Equipment. The Contract line item numbers (CLIN) will consist of: CLIN 0001: 4 each 3-Ton Forklifts CLIN 0002: 2 each 7-Ton Forklifts CLIN 0003: 2 each 10-Ton Forklifts CLIN 0004: 1 each 17-Ton Forklift The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS) Contracting Office (1400 Farragut Ave., Bremerton, WA 98314) has a requirement for Forklift Rental for the movement of materials throughout the shipyard, such as through buildings, along piers, and down in dry docks for PSNS & IMF, Bremerton, WA. PSNS intends to make a firm fixed price single award contract (FFP). See the attached SOW for additional information. Delivery of the equipment is FOB Destination, Puget Sound Naval Shipyard and Intermediate Maintenance Facility during the Estimated Period of Performance as follows: August 1, 2018 until July 31, 2019 Offerors must be registered in the System for Award Management (SAM) database to be considered for award. Registration is free and can be completed online at http://www.sam.gov/. THE FOLLOWING FAR AND DFARS CLAUSES ARE APPLICABLE TO THIS SOLICITATION. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB -SITE ADDRESSES: FAR - https://acquisition.gov/far/index.html and DFARS - www.acq.osd.mil/dpap/dars/dfarspgi/current/ Method of Payment: DFARS Clause 252.232-7006, Wide Area Workflow Payment Instructions, and incorporating DFARS Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. FAR 52.212-1 Instructions to Offerors -- Commercial, applies to this acquisition. FAR 52.212-2 Evaluation -- Commercial Items - (See attached) FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items. The Government will confirm the representations in System for Award Management. A separate submittal is not required. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, (See attached) Any additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are included. 52.204-2 Security Requirements AUG 1996 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-18 Commercial and Government Entity Code Maintenance 52.232-39 Unenforceability of Unauthorized Obligation JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.247-34 F.O.B. Destination NOV 1991 52.252-2 Clauses incorporated by reference FEB 1998 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7003 Control of Government Personnel Work Product APR 1992 252.204-7005 Oral Attestation of Security Responsibilities NOV 2001 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013 252.232-7010 Levies on Contract Payments DEC 2006252.243-7002 Requests for Equitable Adjustment DEC 2012 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 Requests for information may be submitted via email to brian.fergus@navy.mil by July 24, 2018 at 1PM. Answers will be posted to www.fbo.gov. All responsible sources may submit a quotation which shall be considered by the agency. Quotations must be submitted via email by 1:00pm Pacific Standard Time on July 26, 2018. E-mail address for quotations: brian.fergus@navy.mil AND daniel.ellis@navy.mil. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Point of Contact for small business questions or assistance is the Puget Sound Naval Shipyard and Intermediate Maintenance Facility's Deputy for Small Business, Brenda Lancaster. Direct: (360) 476-1327 Email: brenda.lancaster@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18Q1304/listing.html)
 
Place of Performance
Address: Puget Sound Naval Shipyard, 1400 Farragut Avenue, Bremerton, Washington, 98314, United States
Zip Code: 98314
 
Record
SN05001647-W 20180722/180720231123-189b9d7899773ee7dc9e20eeec5a47cb (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.