Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2019 FBO #6495
SOLICITATION NOTICE

W -- Telehandler Rental - Telehandler Technical Specifications

Notice Date
9/5/2019
 
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
N3904019Q0338
 
Point of Contact
Gisela Gauthier, Phone: 2074383874
 
E-Mail Address
gisela.gauthier@navy.mil
(gisela.gauthier@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Telehandler Technical Specifications This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures in conjunction with 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 N3904019Q0338. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-03 and DFARS Change Notice 20190628. 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. The size standard for NAICS Code 532490 is $38 million dollars. Item 0001 Telehandler rental in accordance with attached specifications, from 9/23/2019 to 12/16/2019 Item 0002 (Option) Telehandler rental in accordance with attached specifications, from 12/17/2019 to 1/13/2019 FOB Delivery Destination / Place of Performance: Portsmouth Naval Shipyard, Kittery, ME Period of Performance: 09/23/2019 - 12/16/2019 Option Period 12/17/2019 - 1/13/2019 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: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-2 Security Requirements 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-20 Predecessor of Offeror 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.204-22 Alternative Line Item Proposal 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-6 Protecting the Government's Interest When Subcontracting 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use 52.211-15 Defense Priority and Allocation Requirements 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3 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 52.219-1 Small Business Program Representations 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-28 Post Award Small Business Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons 52.223-11 Ozone-Depleting Substances 52.223-18 Contractor Policy to Ban Text Messaging while Driving 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation 52.225-13 Restriction on Foreign Purchases 52.225-25 Prohibition on Contracting 52.232-33 Payment by Electronic Funds Transfer - System for Award Management 52.232-36 Payment by Third Party 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation 52.242-15 Stop-Work Order 52.242-17 Government Delay of Work 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 52.253-1 Computer Generated Forms Offerors shall include a completed copy of 52.212-3 and its ALT I with quotes, 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 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DOD officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7007 System for Award Management DFARS 252.204-7006 Billing Instructions DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7048 Export-Controlled Items 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 DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea NAVSEA Clauses: C-202-H001 ADDITIONAL DEFINITIONS--BASIC C-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES C-211-H001 ACCESS TO VESSELS C-211-H018 APPROVAL BY THE GOVERNMENT C-222-H001 ACCESS TO THE VESSEL(S) C-223-H002 SAFETY, HEALTH AND FIRE REQUIREMENTS FOR SHIP REPAIR C-223-H003 EXCLUSION OF MERCURY C-223-H004 REMOVAL OF HAZARDOUS MATERIAL C-223-N001 RADIOLOGICAL INDOCTRINATION, POSTINGS AND INSTRUCTIONS C-223-W002 ON-SITE SAFETY REQUIREMENTS C-228-H001 INDEMNIFICATION FOR ACCESS TO VESSEL C-233-H001 DOCUMENTATION OF REQUESTS FOR EQUITABLE ADJUSTMENT--BASIC C-237-H002 SUBSTITUTION OF KEY PERSONNEL C-247-H001 PERMITS AND RESPONSIBILITIES D-211-H002 MARKING OF REPORTS D-247-W001 PROHIBITED PACKING MATERIALS D-247-H002 MARKING OF REPORTS D-247-H004 MARKING AND PACKING LISTS E-246-H016 FOB DESTINATION DELIVERY INSPECTION AND ACCEPTANCE F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY F-247-N002 INSTRUCTIONS FOR DELIVERIES TO THE PORTSMOUTH NAVAL SHIPYARD G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES G-242-H002 HOURS OF OPERATION AND HOLIDAY SCHEDULE G-242-W001 CONTRACT ADMINISTRATION FUNCTIONS This announcement will close on September 12, 2019 at 12:01 PM (EDT). Primary Point of Contact is Gisela Gauthier via email at gisela.gauthier@navy.mil, or by phone at 207-438-3874 for questions regarding this notice. Alternate POC is Michael Harris via email at michael.l.harris@navy.mil, or by phone at 207-438-1358. Oral communications are not acceptable in response to this notice. Evaluation will be made to the lowest priced, technically acceptable responsible vendor. TECHNICAL SPECIFICATIONS OF TELEHANDLER BEING OFFERED MUST BE PRESENTED WITH QUOTES. QUOTES PRESENTED WITHOUT SPECIFICATIONS WILL BE CONSIDERED TO BE NON-RESPONSIVE AND WILL NOT BE ACCEPTED FOR REVIEW. System for Award Management (SAM): Vendor 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/. List of Attachments: 1. Technical Requirements (Statement of Work) METHOD OF PROPOSAL SUBMISSION: Quote(s) must be sent via email to gisela.gauthier@navy.mil. Quote(s) shall include price(s), a vendor point of contact (including name, phone number and email address), CAGE code, technical specifications of units offered, vendor's business size under NAICS Code 532490, and payment terms. Quotes over 15 pages in total will not be accepted by email. Response must clearly indicate the capability of the vendor to meet all specifications and requirements. ******End of Combined Synopsis/Solicitation*****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d42941362ea420edc7054c74b6e5e21c)
 
Place of Performance
Address: Portsmouth Naval Shipyard, Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN05432978-W 20190907/190905231248-d42941362ea420edc7054c74b6e5e21c (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.