Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 08, 2021 SAM #7068
SOLICITATION NOTICE

39 -- MARMC Forklift Lease

Notice Date
4/6/2021 7:35:55 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
MID ATLANTIC REG MAINT CTR NORFOLK VA 23511-2124 USA
 
ZIP Code
23511-2124
 
Solicitation Number
N50054-21-R-0007
 
Response Due
4/9/2021 7:00:00 AM
 
Archive Date
04/24/2021
 
Point of Contact
Kelly A. Reusser, Phone: 7574000326, Richard Woodward, Phone: 7574003051
 
E-Mail Address
kelly.reusser@navy.mil, richard.woodward2@navy.mil
(kelly.reusser@navy.mil, richard.woodward2@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Bidders Questions and Answers has been added to the attachments.� Solicitation No. N50054-21-R-0007 Requirement: Forklift Leasing Start Date: 15 APR 2021 Period of Performance:� 4/15/2021 - 4/14/2022 -�1 year w/ 2 option years NAICS Code: 532490 Location: NAVAL STATION NORFOLK MID-ATLANTIC REGIONAL MAINTENANCE CENTER (MARMC) Bldg.CEP-200 9170 2nd Street�� Norfolk, VA 23511 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/notice; quotes are being requested, and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2021-05, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20210224, and Air Force Acquisition Circular (AFAC) 2021-0211. This requirement is for the acquisition of One (1) 20,000 lb. Diesel Forklift lease for One (1) Year and Four (4) option years. The base year leasing period is 15 APR 2021 � 14 APR 2022. The solicitation number for this acquisition is N50054-21-R-0007; the NAICS is 532490 (Other Commercial and Industrial Machinery and Equipment Rental and Leasing). The proposed acquisition is restricted to Small Business. The Mid-Atlantic Regional Maintenance Center (MARMC) requests responses from qualified sources capable of providing the requirements identified in the attached Statement of Work (SOW). All interested parties must provide a quote by 10:00 AM Eastern Daylight Time April 9, 2021 to be considered for award which must include all requirements listed in the Statement of Work (SOW). Quotes shall be emailed to kelly.reusser@navy.mil and must be valid for sixty (60) days (at a minimum). This solicitation is competitive and the award will be based on commercial procedures found in the Federal Acquisition Regulation (FAR) part 12, Acquisition of Commercial Items, and FAR part 13 Simplified Acquisition Procedures. Award will be made using the evaluation procedures of FAR 52.212-2. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. All prospective offerors are responsible to visit this solicitation announcement on the Contract Opportunities webpage, frequently to obtain the solicitation, any amendments and/or other information pertaining to this solicitation. No telephone or written requests for this solicitation package will be accepted. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. Quotes AND completed representations and certifications (if not available in SAM), are due by 10:00 AM Eastern Day Light Time on April 9, 2021. All contractors are responsible for knowing the applicable clauses and provisions. The clauses may be accessed in full text at this address: www.acquisition.gov. All quotes shall be submitted via Microsoft Word or Excel spreadsheet, and/or Adobe PDF. Quotes must include price(s), FOB destination, a point of contact, name and phone number, business size, and payment terms.� Each response must clearly indicate the capability of the vendor to meet all specifications and requirements in the Statement of Work (SOW). �Applicable Provisions and Clauses: The following FAR provision and clauses are applicable to this procurement (supplementary provisions and clauses may be added prior to award): 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 52.204-19 Incorporation by Reference of Representations and Certifications (Jul 2018) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 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 with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 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. 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 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 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Reps and Certs 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 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 52.240-22 Alternative Line Item Quote 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information to Litigation Support 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements 252.204-7020 NIST SP 800-171 DoD Assessment Requirements 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.211-7003 Item Unique Identification and Valuation 252.211-7008 Use of Government-Assigned Serial Numbers 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American--Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.246-7000 Material Inspection and Receiving Report 252.247-7023 Transportation of Supplies by Sea Provision in Full Text: FAR 52.204-26�Covered Telecommunications Equipment or Services-Representation. As prescribed in�4.2105(c), insert the following provision: Covered Telecommunications Equipment or Services-Representation (Oct�2020) ������(a)�Definitions.�As used in this provision, ""covered telecommunications equipment or services"" and ""reasonable inquiry"" have the meaning provided in the clause�52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. ������(b)�Procedures.�The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for ""covered telecommunications equipment or services"". ������(c)� (1)�Representation.�The Offeror represents that it�?�does,�?�does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument. �����������(2)�After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it�?�does,�?�does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services. (End of provision) FAR 52.247-34�F.o.b. Destination. As prescribed in�47.303-6(c), insert the following clause: F.o.b. Destination�(Nov 1991) ������(a)�The term ""f.o.b. destination,"" as used in this clause, means- �����������(1)�Free of expense to the Government, on board the carrier�s conveyance, at a specified delivery point where the consignee�s facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and �����������(2)�Supplies shall be delivered to the destination consignee�s wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the Contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or ""constructive placement"" as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including ""piggyback"") is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item568 of the National Motor Freight Classification for ""heavy or bulky freight."" When supplies meeting the requirements of the referenced Item568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarded for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee. ������(b)�The Contractor shall- �����������(1)� (i)�Pack and mark the shipment to comply with contract specifications; or ����������������(ii)�In the absence of specifications, prepare the shipment in conformance with carrier requirements; �����������(2)�Prepare and distribute commercial bills of lading; �����������(3)�Deliver the shipment in good order and condition to the point of delivery specified in the contract; �����������(4)�Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract; �����������(5)�Furnish a delivery schedule and designate the mode of delivering carrier; and �����������(6)�Pay and bear all charges to the specified point of delivery. (End of clause)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/060ea8364b1b4480b41b70237384a361/view)
 
Place of Performance
Address: Norfolk, VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN05963853-F 20210408/210406230115 (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.