Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2020 SAM #6821
SOLICITATION NOTICE

W -- (8) JLG lift rentals

Notice Date
7/31/2020 9:34:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
N3904020Q0271
 
Response Due
8/14/2020 8:30:00 AM
 
Archive Date
08/29/2020
 
Point of Contact
Christopher W. Dooley, Phone: 2079940374
 
E-Mail Address
Christopher.w.Dooley@navy.mil
(Christopher.w.Dooley@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12, using Simplified Acquisition Procedures, 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 BETASAM. The Request for Quotation (RFQ) number is N3904020Q0271. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-06 and DFARS Change Notice 2020-0114. 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:� https://www.acquisition.gov The NAICS code is 532490 and the Small Business Standard is $32.5 million. This is a Brand Name Mandatory, 100% Small Business Set-Aside solicitation. Written quotes are required (oral offers will not be accepted). Quotes will be received by email only.� Send to: Christopher.W.Dooley@navy.mil The Portsmouth Naval Shipyard requests responses from sources capable of providing the rental and maintenance of eight (8) JLG manlifts, in accordance with the Attached Statement of Work. The Contractor shall provide the following: CLIN 0001:� � �-15 Weeks-� � � � �Quantity four (4) �AJ 600� Style JLG in accordance with Statement of Work Period of� � performance 9/01/2020-12/15/2020 CLIN 0002:� � � �- 1 Job -� � � � � � � � all associated freight with CLIN 0001 CLIN 0002:� � � � -12 Weeks-� � � � Quantity of four (4) �AJ-600� Style JLG in accordance with Statement of Work�Period of performance 9/25/2020-12/18/2020. CLIN 0004:� � � � �- 1 Job-� � � � � � � �all associated transportation with CLIN 0003 See attached RFQ for details Place of performance: Portsmouth Naval Shipyard, Kittery Maine Award will be made based on the lowest price, technically acceptable Please include payment terms and the primary point of contact in the quotation. 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: C-202-H001 Additional Definitions�Basic (Navsea) (Oct 2018) C-204-H001 Use Of Navy Support Contractors For Official Contract Files (Navsea)(Oct 2018) C-211-H018 Approval By The Government (Navsea) (Jan 2019) C-223-H003 Exclusion Of Mercury (Navsea) (Mar 2019) C-223-N001 Radiological Indoctrination, Postings And Instructions (Navsea) (Oct 2018) C-223-W002 On-Site Safety Requirements (Navsea) (Oct 2018) C-237-H001 Enterprise-Wide Contractor Manpower Reporting Application (Navsea) (Oct 2018) C-237-H002 Substitution Of Key Personnel (Navsea) (Oct 2018) C-247-H001 Permits And Responsibilities (Navsea) (Dec 2018) D-211-H002 Marking Of Reports (Navsea) (Oct 2018) D-247-H004 Marking And Packing List-Basic (Navsea) (Oct 2018) D-247-W001 Prohibited Packing Materials (Navsea) (Oct 2018) E-246-H016 Inspection And Acceptance Of F.O.B. Destination Deliveries (Navsea) (Oct 2018) F-211-H021 Delivery Or Performance (Navsea) (Mar 2019) F-211-W001 Partial Deliveries (Navsea) (Oct 2018) F-247-H004 Restrictions For Shipping To Military Air Or Water Port/Terminal (Navsea) (Oct 2018) F-247-N002 Instructions For Deliveries To The Portsmouth Naval Shipyard (Navsea) (Mar 2019) G-232-H002 Payment Instructions And Contract Type Summary For Payment Office (Navsea) (Jun 2018) G-232-H005 Supplemental Instructions Regarding Invoicing (Navsea) (Jan 2019) G-242-H001 Government Contract Administration Points-Of-Contact And Responsibilities (Navsea) (Oct 2018) G-242-H002 Hours Of Operation And Holiday Schedule (Navsea) (Oct 2018) G-242-W001 Contract Administration Functions (Navsea) (Oct 2018) H-223-N001 Information On Exposure To Hazardous Material (Navsea) (Jan 2019) M-215-H004 Basis Of Award (Navsea) (Dec 2018) 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 52.204-7, System for Award Management 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 Safeguard of Covered Contractor Information Systems 52.204-22, Alternative Line Item Proposal 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services of 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 Item 52.212-3 and its 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 52.216-1 Type of Contract: Firm Fixed Price 52.217-5, Evaluation of Options 52.217-8, Option to Extend Services. 52.219-1, Small Business Program Representation 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Representation 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 52.222-50, Combating Trafficking in Persons 52.223-3, Hazardous Material Identification & Material Safety Data 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 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.242-15, Stop-Work Order 52.242-17, Government Delay of Work 52.247-34, F.o.b. Destination 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 252.203-7003, Agency Office of the Inspector General DFARS 252.203-7005, Representation Relating to Compensation of Former DOD officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alt A, 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 (Dev), Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7013, Duty-Free Entry DFARS 252.225-7031, Secondary Arab Boycott of Israel 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 This announcement will close on Friday, 14 August 2020. Contact Christopher Dooley at 207-994-0374 or email Christopher.w.Dooley@Navy.mil Oral communications are not acceptable in response to this notice. System for Award Management (SAM): Vendors must be registered in the SAM database to get the award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes should include price(s) filled out on Request for quote form attached to this posting and must include a point of contact, name and phone number, CAGE Code, and payment terms. Quotes will not be accepted by facsimile. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements and provide the required model. � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � ******* End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/054511241515437e9f2a3cc785914287/view)
 
Place of Performance
Address: Kittery, ME 03904, USA
Zip Code: 03904
Country: USA
 
Record
SN05741618-F 20200802/200731230146 (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.