Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 17, 2021 SAM #7321
SOLICITATION NOTICE

W -- Forklift Rental (Five-Year Lease of 4 Forklifts in Virginia)

Notice Date
12/15/2021 8:44:15 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660422Q0104
 
Response Due
1/3/2022 11:00:00 AM
 
Archive Date
01/31/2022
 
Point of Contact
Carrie Rochelle, Phone: 4018326562
 
E-Mail Address
carrie.r.rochelle.civ@us.navy.mil
(carrie.r.rochelle.civ@us.navy.mil)
 
Description
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; quotes are being requested and a written solicitation will not be issued. The solicitation number is N6660422Q0104.� The solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. This procurement is being solicited as Unrestricted under NAICS Code 532490, Other Commercial and Industrial Machinery and Equipment Rental and Leasing, as concurred with by the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) Office of Small Business Programs.� The small business size standard is $35 Million. NUWCDIVNPT intends to award a Firm Fixed Price (FFP) purchase order for a five-year lease (one (1) base year and four (4) one-year option years) for a total of four (4) forklifts to support heavy equipment operations at the Cheatham Annex Facility in Williamsburg, VA, as follows: CLIN 0001 Forklift Rental of Four (4) Forklifts (Base Year), 1 Lot CLIN 0002 Forklift Rental of Four (4) Forklifts (Option Year 1), 1 Lot CLIN 0003 Forklift Rental of Four (4) Forklifts (Option Year 2), 1 Lot CLIN 0004 Forklift Rental of Four (4) Forklifts (Option Year 3), 1 Lot CLIN 0005 Forklift Rental of Four (4) Forklifts (Option Year 4), 1 Lot CLIN 0006 Forklift Delivery and Pick Up Fees, FOB Destination to Williamsburg, VA, 1 Lot The Minimum Requirements are as follows: Qty. 2 minimum 6K capacity diesel with minimum 48� forks Qty. 1 minimum 8K capacity diesel with minimum 48� forks Qty. 1 minimum 15K capacity diesel with minimum 96� forks Place of performance is: Cheatham Annex Facility 220 F Street CAD 30, DWY 17 Williamsburg, VA 23185 � The following FAR and DFARS provisions and clauses apply to this solicitation. 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; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3, 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; 52.217-5, Evaluation of Options; 52.217-7, VAR I Option for Increased Quantity�Separately Priced Line Item; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product; 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services; 252.225-7048, Export-Controlled Items; 242.232-7010, Levies on Contract Payments; 252.244-7000, Subcontracts for Commercial Items; 252.247-7023, Transportation of Supplies by Sea. Additional contract requirement(s) or terms and conditions: In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government�s unit acquisition cost is $5,000.00 or more. The Government's preferred payment method is via the Government Purchase Card (GPC; i.e., Mastercard), if the contractor accepts the GPC. �If the GPC is not used, payment will be made via the Wide Area Workflow (WAWF).� If UID applies, payment must be made via WAWF and the UID is entered into WAWF. The full text of incorporated FAR/DFARS provisions and clauses is available at www.acquisition.gov This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable, (1) the offeror must quote items which meet the minimum requirements and in the required quantities; (2) the offeror must quote all CLINs; (3) and the offeror must be an authorized reseller/distributor. The Government will also consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within the Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. Offerors must be actively registered in the System for Award Management (SAM) (https://www.sam.gov) to be eligible for award. Instructions for registration are available on the SAM website. Quotes shall include: Company Name Company Point of Contact, including name, telephone number, and e-mail address CAGE Code (from http://www.sam.gov registration). Quotes shall be submitted via e-mail to Carrie Rochelle at carrie.r.rochelle.civ@us.navy.mil Quotes are due by 2 PM Eastern Standard Time on January 3, 2022. Quotes received after this date/time will be considered late and may not be considered for award.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bd5790532d8f4c82b1de1d3101dbb42f/view)
 
Place of Performance
Address: Williamsburg, VA 23185, USA
Zip Code: 23185
Country: USA
 
Record
SN06198190-F 20211217/211215230120 (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.