Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
MODIFICATION

39 -- Forklift and Scissorlift

Notice Date
2/27/2020 8:21:46 AM
 
Notice Type
Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
NIWC PACIFIC SAN DIEGO CA 92152-5001 USA
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-20-Q-6188
 
Response Due
2/27/2020 8:59:59 PM
 
Archive Date
05/27/2020
 
Point of Contact
Kiera McNeill
 
E-Mail Address
kiera.mcneill@navy.mil
(kiera.mcneill@navy.mil)
 
Awardee
null
 
Description
RESPONSES TO THIS NOTICE ARE DUE BY 11:59:00 PM Eastern, WHICH SUPERSEDES THE 11:59pm EASTERN RESPONSE TIME SHOWN IN THE GENERAL INFORMATION SECTION ABOVE. As a reminder, the response time identified in the Solicitation Instruction to offerors is the final authority of when responses are due. _____________________________________________________________________ *********************************************************************** ******* ******* Amendment 1 (effective 24 February 2020) is as follows: 1. Update A1.5 Specifications 2, pages 1 and 3 2. Incorporate the following questions and answers 3. Extend quote due date to 27-February-2020, by 11:59 PM, EST. Questions and Answers: Q1: What is the height needed on the scissor lift? A1: Platform 19 ft. Q2: I did not see any spec for the Skyjack scissor lift except for the fall protection. Can you provide the specification for the scissor lift? A2: See attachment A1.5 Specifications 2. Q3: The forklift to be new or used? A3: New. Q4: What size forklift is needed to fulfill this requirement? A4: The size of the forklift is on the quote 91 inch Collapsed Height, 42 inch wide hook type carriage, side shifting fork positioner and 60 inch forks. Q5: Could you please provide specifications for the scissor lift requested? Is this brand name or equal? A5: See attachment A1.5 Specifications 2. Neither supply requirements are brand name or equal. *********************************************************************** ******* ******* N66001-20-Q-6188 Combined Synopsis/Solicitation 1. 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 2. NIWC Pacific is issuing this solicitation, N66001-20-Q-6188, as a request for quotations (RFQ). For information regarding this solicitation, contact Kiera McNeill by phone at 619- 553-1696, or by email at kiera.mcneill@navy.mil. Please reference contract number N66001-20-Q- 6188 in the subject line of any email messages. Questions and quotes must be uploaded on the NIWC e- Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-20-Q-6188. E-mail quotes or offers will not be accepted. For e- Commerce technical issues, contact the NIWC Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. 3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04. 4. This acquisition is for a forklift and scissor lift issued under a 100% set aside for small Businesses. The applicable NAICS code is 333924. The small business size standard is 750 employees. 5. See attached document A1.5 Specifications 2. The Government will not consider quotes or offers for partial items or quantities. NOTE: IUID Labels are required on all items with a unit cost of $5,000.00 or more per DFARS 252.211-7003, Item Unique Identification & Valuation. If charging for labels, they must be listed on your quote as a separate line item. 6. The contractor must deliver the required items FOB destination to 4297 PACIFIC HWY, BLDG. OT-7 SAN DIEGO, CA 92110 thirty days after receipt of order. The Government will accept the items at destination. 7. The provision at FAR 52.212-1, Instructions to Offerors�Commercial Items (Deviation 2018- O0018), applies to this acquisition. The following addendum replaces the text of this provision in its entirety: Addendum to FAR 52.212-1 INSTRUCTIONS TO QUOTERS�COMMERCIAL ITEMS (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits a quotation in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. You may submit your quotation on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, your quotation must show- (1) The solicitation number; (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the quoter; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) Remit to address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212- 3(b) for those representations and certifications that the quoter shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If you do not submit your quotation on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Reserved. (d) Product samples. When required by the solicitation, you must submit product samples at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, you must submit these samples at no expense to the Government. We will return product samples at your request and expense, unless they are destroyed during testing. (e) Multiple quotations. You are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation that you submit will be evaluated separately. (f) Submission Deadline. (1) You are responsible for submitting your quotation to the Government office designated in the solicitation by the date and time specified in the solicitation (submission deadline). If we did not specify a time elsewhere in this solicitation, then the submission deadline is 4:30 p.m., local time, on the date that quotations are due. (2) We will consider your quotation if we receive it at the Government office designated in the solicitation by the submission deadline. If we receive your quotation after this time, we will not consider it unless we receive it before we issue the purchase order and we determine that considering it would not unduly delay the acquisition. (3) An emergency or unanticipated event may interrupt our normal processes so that we cannot receive your quotation prior to the submission deadline. In these circumstances, the submission deadline is automatically extended to the same time of day specified in the solicitation on the first work day on which our normal processes resume. (g) Issuance of purchase order. Your quotation should contain your best technical and price terms. We may reject any or all quotations. We may issue a purchase order to a quoter other than the quoter with the lowest priced quotation. We may issue a purchase order to a vendor who did not submit a quotation in response to this solicitation. After the evaluation of quotations, we may negotiate final terms with one or more quoters of our choosing before issuing a purchase order. We will not negotiate with any quoters other than those of our choosing and we will not use the formal source selection procedures described in FAR part 15. (h) Multiple purchase orders. We may issue a purchase order for any item or group of items in your quotation, unless you qualify the quotation by specific limitations. Unless otherwise provided in the Schedule, you may not submit a quotation for quantities less than those specified. We reserve the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless you specify otherwise in the quotation. (i) Availability of requirements documents cited in the solicitation. (1) You may obtain the GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. (2) You may download most unclassified Defense specifications and standards from the following ASSIST websites: (i) ASSIST (https://assist.dla.mil/online/start/). (ii) Quick Search (http://quicksearch.dla.mil/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) You may order documents not available from ASSIST from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111- 5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) You must obtain nongovernment (voluntary) standards from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding the micro-purchase threshold and quotations of any dollar value if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) You must enter, in the block with your name and address on the cover page of your quotation, the annotation DUNS or DUNS+4 followed by the DUNS or DUNS+4 number that identifies your name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that you may assign at your discretion to establish additional SAM records for identifying additional Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11). If you do not have a DUNS number, you should contact Dun and Bradstreet directly to obtain one. If you are located inside the United States, you may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. If you are outside the United States, you must contact the local Dun and Bradstreet office for a DUNS number. You should indicate that you are a quoter for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of your quotation, you acknowledge the requirement to register in the SAM database prior to purchase order issuance, during performance, and through final payment of any contract resulting from this solicitation. If you are not registered in the SAM database in the time that we prescribe, we will proceed to issue the purchase order to the next otherwise successful registered quoter. You may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (l) Requests for information. We will not notify unsuccessful quoters that responded to this solicitation. You may request information on purchase order(s) resulting from this solicitation from the contracting officer. (m) Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, we will make their full text available. The listed provisions may include blocks that you must complete and submit with your quotation. In lieu of submitting the full text of those provisions, you may identify the provision by paragraph identifier and provide the appropriate information with your quotation. Also, you may access the full text of a solicitation provision electronically at this/these address(es): Federal Acquisition Regulation: www.acquisition.gov Defense Federal Acquisition Regulation Supplement: https://www.acq.osd.mil/dpap/ DoD Class Deviations: https://www.acq.osd.mil/dpap/dars/class_deviations.html (n) Authorized Deviations in Provisions. (1) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the provision. (2) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of addendum) 8. We intend to award a purchase order to you if your quoted product meets the technical requirements of this solicitation at the most advantageous price. 9. Evaluation Factors: The Government intends to award a purchase order the proposal that is determined as providing the best value to the Government based on the following evaluation factors: Factor I � Technical Acceptability: The Government will evaluate the quote to see if the proposed items fit the minim specifications provided. Factor II- Price: The Government will evaluate the total price to determine if it is fair and reasonable. Factor III- Past Performance: The Government will consider data available in the statistical reporting module of the Federal Awardee Performance and Integrity Information System (FAPIIS) regarding the supplier s past performance history. The Government reserves the right to award to the supplies whose quotation represents the best value to the Government. Notice: Any offer rated Unacceptable under any one of the above factors may be determined to be ineligible for contract award. 10. Contractors are required to submit the representations at FAR 52.204-24, FAR 52.204-26 (if applicable), DFARS 252.204-7016, and DFARS 252.204-7017 (if applicable). Fill-ins representations are attached. Additionally, the Government requires a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications�Commercial Items (Oct 2018)�Alternate I (Oct 2014), to be submitted with your quotation. 11. The following provisions are incorporated by reference: � FAR 52.204-7, System for Award Management (Oct 2018) � FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2019) � FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019) � FAR 52.204-26, Covered Telecommunications Equipment or Services- Representation (Dec 2019) � FAR 52.212-3, Offeror Representations and Certifications�Commercial Items�Alternate I (Oct 2014) � DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) � DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services Representation (Dec 2019) � DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Service�Representation (Dec 2019) � DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016) � DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Supplier Performance Risk System in Past Performance Evaluations (Sep 2019) � DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (Jan 2018) � 252.225-7974 � Representation Regarding Persons that have Business Operations with the Maduro Regime 252.225-7974 - REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-O0005) (FEB 2020) (a) Definitions. As used in this provision� Agency or instrumentality of the government of Venezuela means an agency or instrumentality of a foreign state as defined in section 28 U.S.C. 1603(b), with each reference in such section to a foreign state deemed to be a reference to Venezuela. Business operations means engaging in commerce in any form, including acquiring, developing, maintaining, owning, selling, possessing, leasing, or operating equipment, facilities, personnel, products, services, personal property, real property, or any other apparatus of business or commerce. Government of Venezuela means the government of any political subdivision of Venezuela, and any agency or instrumentality of the government of Venezuela. Person means� (1) A natural person, corporation, company, business association, partnership, society, trust, or any other nongovernmental entity, organization, or group; (2) Any governmental entity or instrumentality of a government, including a multilateral development institution (as defined in section 1701(c)(3) of the International Financial Institutions Act (22 U.S.C. 262r(c)(3)); and (3) Any successor, subunit, parent entity, or subsidiary of, or any entity under common ownership or control with, any entity described in paragraphs (1) or (2) of this definition. (b) Prohibition. In accordance with section 890 of the National Defense Authorization Act for Fiscal Year 2020 (Pub. L. 116-92), contracting officers are prohibited from entering into a contract for the procurement of products or services with any person that has business operations with an authority of the government of Venezuela that is not recognized as the legitimate government of Venezuela by the United States Government, unless the person has a valid license to operate in Venezuela issued by the Office of Foreign Assets Control of the Department of the Treasury. (c) Representation. By submission of its offer, the Offeror represents that the Offeror� (1) Does not have any business operations with an authority of the Maduro regime or the government of Venezuela that is not recognized as the legitimate government of Venezuela by the United States Government; or (2) Has a valid license to operate in Venezuela issued by the Office of Foreign Assets Control of the Department of the Treasury. (End of provision) 12. The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Items (Oct 2018), applies to this acquisition. Addenda are not attached. 13. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders�Commercial Items (Oct 2018), applies to this acquisition. 14. The following clauses are incorporated by reference: � FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) � FAR 52.204-13, System for Award Management Maintenance (Oct 2018) � FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) � FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) � FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) � FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) � FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) � FAR 52.219-6, Notice of Total Small Business Aside (DEVIATION 2019- O0003). � FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013) � FAR 52.222-3, Convict Labor (June 2003) � FAR 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2018) � FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) � FAR 52.222-26, Equal Opportunity (Sep 2016) � FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) � FAR 52.222-50, Combating Trafficking in Persons (JAN 2019) � FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) � FAR 52.232-33, Payment by Electronic Funds Transfer� System for Award Management (Oct 2018) � FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) � FAR 52.233-3, Protest after Award (Aug 1996) � FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) � DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) � DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) � DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) � DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) � DFARS 252.225-7001, Buy American and Balance of Payments Program� Basic (Dec 2017 � DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) � DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions (Dec 2018) � DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) � DFARS 252.244-7000 Subcontracts for Commercial Items (Jun 2013) � DFARS 252.246-7008 Sources of Electronic Parts (MAY 2018) � DFARS 252.247-7023 Transportation of Supplies by SEA-- Basic (Feb 2019) 15. Offers are due 27-February-2020, by 11:59 PM, EST. 16. Questions concerning requirement may be directed to: � Contract Specialist, Kiera McNeill, 619-553-1696, kiera.mcneill@navy.mil � David Keene, david.d.keene@navy.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d84074af46264efe817669731ba122c2/view)
 
Record
SN05573941-F 20200229/200227230137 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.