Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2018 FBO #6173
SOLICITATION NOTICE

W -- Forklift Rental

Notice Date
10/16/2018
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
3985 Cummings RD, San Diego, CA 92136
 
ZIP Code
92136
 
Solicitation Number
N0024419Q0007
 
Response Due
10/22/2018
 
Archive Date
4/20/2019
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N0024419Q0007 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 532490 with a small business size standard of $32.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-10-22 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work. The FLC - San Diego requires the following items, Meet or Exceed, to the following: LI 001: (2 EACH)- 3 TON (6,000 lbs) FORK LIFT, INDUSTRIAL WITH (4) LIFTING PADS OR (2) LIFTING PADS AND LUGS (INCLUDING THE LUGS, 2 ea), 6 FOOT LIFTING ATTACHMENTS (FORKS), RUNNING LIGHTS, DIESEL, SEATBELTS, BACKUP ALARM, AND PNEUMATIC TIRES., 2, EA; LI 002: (1 EACH) 7 TON (14,000 lbs) FORK LIFT, INDUSTRIAL WITH (4) LIFTING PADS OR (2) LIFTING PADS AND LUGS (INCLUDING THE LUGS, 2 ea), 6 FOOT LIFTING ATTACHMENTS (FORKS), RUNNING LIGHTS, DIESEL, SEATBELTS, BACKUP ALARM, AND PNEUMATIC TIRES., 1, EA; LI 003: (1 EACH) - 60' AWP/JLG W/FOAM FILLED TIRES, WITH (4) LIFTING PADS OR (2) LIFTING PADS AND LUGS (INCLUDING THE LUGS, 2 ea), DIESEL, RUNNING LIGHTS, FOAM FILLED TIRES, TILT SENSOR DISABLED (TO BE ABLE TO PUT ON A BARGE)., 1, EA; LI 004: 2.1.4(1 EACH) - 85 AWP/JLG W/FOAM FILLED TIRES, WITH (4) LIFTING PADS OR (2) LIFTING PADS AND LUGS (INCLUDING THE LUGS, 2 ea), DIESEL, RUNNING LIGHTS, FOAM FILLED TIRES, TILT SENSOR DISABLED (TO BE ABLE TO PUT ON A BARGE)., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - San Diego intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - San Diego is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. 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 333924 and the Small Business Standard is 750. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.247-34, F.o.b. Destination applies The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.204-10 Reporting Subcontract Awards. Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.212-2 Evaluation - Commercial Items. See Attachement for full description Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. See Attachment for full description. 52.219-28 Post-Award Small Business Program Rerepresentation. 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 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers w/ Disabilities 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18 Availability of Funds Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Requirement to Inform Employees of Whistleblower Rights Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) Control of Government Personnel Work Product (April 1992) Safeguarding of Unclassified Controlled Technical Information Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) BUY AMERICAN BALANCE OF PAYMENTS PROGRAM CERTIFICATE BASIC (NOV 2014) (a) Definitions. Commercially available off-the-shelf (COTS) item, component, domestic end product, foreign end product, qualifying country, qualifying country end product, and United States, as used in this provision, have the meanings given in the Buy American and Balance of Payments Program Basic clause of this solicitation. (b) Evaluation. The Government (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American statute or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American and Balance of Payments Program Basic clause of this solicitation, the offeror certifies that (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number: Country of Origin: (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of domestic end product : Line Item Number: Country of Origin (If known): (End of provision) Buy American Act & Balance of Payments (Oct 2011) Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Levies on Contract Payments Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea (MAY 2002)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024419Q0007/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN05126141-W 20181018/181016230657-9b06d1d7806dbabb1b9f6ebf82de9e0e (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  © 1994-2020, Loren Data Corp.