Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 27, 2021 SAM #6999
SOLICITATION NOTICE

J -- CROWN LIFT TRUCKS - SERVICE REQUIREMENT

Notice Date
1/25/2021 6:18:13 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
 
ZIP Code
92136
 
Solicitation Number
N0024421R0020
 
Response Due
1/27/2021 12:00:00 AM
 
Archive Date
03/15/2021
 
Point of Contact
Khadija Basir 619-556-8584 Khadija Basir khadija.basir@navy.mil
 
E-Mail Address
khadija.basir@navy.mil
(khadija.basir@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
This is a combined SYNOPSIS/SOLICITATION NOTICE for commercial services prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. No formal solicitation document will be issued. NAVSUP Fleet Logistics Center San Diego, 3985 Cummings Road, San Diego, CA. 92136 issues solicitation N0024421R0020 for CROWN Maintenance Services located in Naval Air Station North Island (NASNI) in support of NAVSUP FLEET LOGISTICS CENTER SITE CORONADO, BLDG 661-2 in San Diego, California. The NAICS code is 811310 � COMMERCIAL AND INDUSTRIAL MACHINERY AND EQUIPMENT. The small business standard is $8 Million. This solicitation is set-aside 100% for small business. Scope of the contract includes: Crown Lift Trucks will provide preventative maintenance of the two Turret Stock Pickers assigned to Building 661. EQUIPMENT LIST OF MFG PART NUMBER FOR LINE ITEMS BELOW: SEE ATTACHED PERFORMANCE WORK STATEMENT. LINE ITEM NUMBER 1 - CROWN MODEL 30TSPTN LINE ITEM NUMBER 2 - 48 VOLT INDUSTRIAL BATTERY LINE ITEM NUMBER 3 - 48 VOLT INDUSTRIAL CHARGER Resulting contract will have a base year and four option years. The Government will not pay for information submitted in response to this notice. Contractors must be registered in the System for Award Management [SAM] database in order to be considered for award. DEADLINE FOR SUBMISSION OF QUESTIONS: Questions must be submitted by no later than 26 JANUARY 2021. Questions submitted after this date may not allow enough time for answers to be provided prior to the close of this solicitation. SEE ATTACHED BRAND NAME SOLE SOURCE JUSTIFICATION AND PERFORMANCE WORK STATEMENT. See �Equipment List� for equipment covered by this Performance Work Statement. It is the contractor�s responsibility to be familiar with the applicable clauses, provisions, and the attached Evaluation Criteria. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/ and www.acquisition.gov. Payment: Wide Area workflow (WAWF)/Government Purchase Card The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.203-19 � Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-2 -- Security Requirements 52.212-1, Instructions to Offerors - Commercial Items; 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 � Commercial Items 52.217-9 -- Option to Extend the Term of the Contract. 52.219-6 -- Notice of Total Small Business Set-Aside. 52.219-28, Post Award Small Business Program 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 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-41 -- Service Contract Labor Standards. 52.222-50, Combating Trafficking in Persons 52.222-55 -- Minimum Wages Under Executive Order 13658. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 -- Restrictions on Certain Foreign Purchases. 52.233-3 -- Protest After Award. 52.233-4 -- Applicable Law for Breach of Contract Claim. 52.239-1 -- Privacy or Security Safeguards. 52.252-1 � Solicitation Provisions Incorporated by Reference 52.252-2 � Clauses Incorporated by Reference 52.252-6 -- Authorized Deviations in Clauses. Offerors are reminded to have completed copy of 52.212-3 and its ALT I in their SAM registration or included with a copy of this quote. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. 252.225-7000, Buy American�Balance of Payments Program Certificate 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area WorkFlow Payment Instructions 252.244-7000, Subcontracts for Commercial Items 252.247-7022, Representation of Extent of Transportation by Sea 252.247-7023, Transportation of Supplies by Sea NDZ L-331 Review of Agency Protests NDZ L-332 Unit Prices The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, utilizing a lowest price technically acceptable evaluation. Offerors are required to become familiar with the attached Evaluation Criteria. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2012) Offeror must be registered in the System for Award Management (SAM) prior to award. The website address is https://www.sam.gov/. A Data Universal Number System (DUNS) number is required to register. Please direct all questions via e-mail to khadija.basir@navy.mil. Phone calls are not acceptable in response to this notice. Messages left in voice mail will not be returned. Contracting Office Address: NAVSUP Fleet Logistics Center San Diego, 3985 Cummings Road Bldg. 116, San Diego, CA 92136
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/500dd8c49b944a02be795715f8e64cdd/view)
 
Place of Performance
Address: NAVSUP FLEET LOGISTICS CENTER SITE CORONADONAVAL AIR STATION NORTH ISLAND (NASNI)ROGERS ROAD, BLDG. 661-2, SAN DIEGO, CA 92135, USA
Zip Code: 92135
Country: USA
 
Record
SN05898802-F 20210127/210125230100 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.