Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 18, 2022 SAM #7413
SOLICITATION NOTICE

J -- MHE Forklift Maintenance Services PNSYDET

Notice Date
3/16/2022 3:43:00 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
N3904022Q0165
 
Response Due
3/25/2022 8:59:00 PM
 
Archive Date
04/09/2022
 
Point of Contact
Brittney Meurrens, Phone: 2079940506
 
E-Mail Address
brittney.meurrens@navy.mil
(brittney.meurrens@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 12.6, using Simplified Acquisition Procedures of FAR Part 13, 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 N3904022Q0165. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-05 and DFARS Change Notice 2022-0228. 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/browse/index/far ���and�� http://www.acq.osd.mil/dpap/dars/change_notices.html. The NAICS code is 811310 and the Small Business Standard is $8.0 million. This is a Small Business Set Aside solicitation. The Portsmouth Naval Shipyard requests responses from sources capable of providing the following: The preventative and remedial maintenance of the fleet of forklifts/material handling equipment (MHE) at Portsmouth Naval Shipyard Detachment in Point Loma, CA (NBPL). Item Description Quantity & Unit of Issue Unit Price (monthly) Total Price 0001 CLIN 0001: Preventative Maintenance (PM) on Material Handling Equipment (MHE) at Portsmouth Naval Shipyard Detachment in Point Loma, CA (NBPL) in accordance with the Performance Work Statement (PWS) and the assets listed in Exhibit A. POP: DOA + 1 year 12 Months 0002 CLIN 0002: Remedial Maintenance (unknown parts and repairs) on MHE at Portsmouth Naval Shipyard Detachment in Point Loma, CA (NBPL) in accordance with the PWS and Exhibits B & C. POP: DOA + 1 year 12 Months 1001 OPTION CLIN 1001: Preventative Maintenance (PM) on Material Handling Equipment (MHE) at Portsmouth Naval Shipyard Detachment in Point Loma, CA (NBPL)� in accordance with the PWS and the assets listed in Exhibit A. POP: 1 additional year from CLIN 0001 12 Months 1002 OPTION CLIN 1002: Remedial Maintenance (unknown parts and repairs) on MHE at Portsmouth Naval Shipyard Detachment in Point Loma, CA (NBPL) in accordance with the PWS and Exhibits B & C. POP: 1 additional year from CLIN 0002 12 Months See attached Request for Quotation (RFQ) sheet for details. �������������� Place of Performance: Naval Base Point Loma (NBPL), San Diego, CA. �������������� Period of Performance: One (1) Base Year, POP: DOA plus 1 year, with 1 Option Year outlined above CLAUSES: 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 provisions (P) and clauses are applicable to this procurement: ��� 52.212-5 �� Contract Terms and Conditions Required to Implement Statutes or Executive Orders ����������� Automatically Included in 52.212-5: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.233-3 �� Protest After Award 52.233-4 �� Applicable Law for Breach of Contract Claim ��� Also Included in 52.212-5: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 �� Protecting the Government's Interest When Subcontracting With Contractors Debarred 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. 52.222-50 Combating Trafficking in Persons 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons. 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-36 Payment by Third Party 52.222-41 Service Contract Labor Standards 52.222-42 Statement Of Equivalent Rates For Federal Hires 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706. P 52.204-7 �� System for Award Management 52.204-9 ������ Personal Identity Verification of Contractor Personnel 52.204-13 ���� System for Award Management Maintenance P 52.204-16 Commercial and Government Entity Code Reporting P 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. P 52.204-20 Predecessor of Offeror 52.204-21 ���� Basic Safeguarding of Covered Contractor Information Systems P 52.204-22 Alternative Line Item Proposal P 52.209-2 �� Prohibition on Contracting with Inverted Domestic Corporations--Representation P 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction P 52.211-14 Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use 52.211-15 ���� Defense Priority And Allocation Requirements P 52.212-3 Alt 1� Offeror Representations and Certifications--Commercial Items 52.212-4 ������ Contract Terms and Conditions--Commercial Items [MDLCUNPN(1]�52.217-8 Option to Extend Services 52.217-9������� Option to Extend the Term of the Contract P 52.219-1 Alt� �� Small Business Program Representations 52.223-3 ������ Hazardous Material Identification & Material Safety Data P 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -- Representation. P 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions 52.232-39 ���� Unenforceability of Unauthorized Obligations 52.232-40 ���� Providing Accelerated Payments to Small Business Subcontractors 52.237-2 ������ Protection Of Government Buildings, Equipment, And Vegetation 52.242-15 ���� Stop-Work Order 52.247-34 ���� F.O.B. Destination 52.252-1 ������ Solicitation Provisions Incorporated By Reference 52.252-2 ������ Clauses Incorporated By Reference 52.252-6������� Authorized Deviations in Clauses The following NAVSEA Texts are applicable to this procurement. Full text language is available upon request. C-204-H001 Use Of Navy Support Contractors For Official Contract Files (Oct 2018) C-211-H018 Approval By The Government (Navsea) (Jan 2019) C-223-H003 Exclusion Of Mercury (Navsea) (Mar 2019) C-223-H004 Management And Disposal Of Hazardous Waste (Navsea) (Mar 2019) C-223-N002 Restrictions On Use Of Yellow Material (Navsea) (Oct 2018) C-237-H001 Enterprise-Wide Contractor Manpower Reporting Application (Oct 2018) C-247-H001 Permits And Responsibilities (Navsea) (Dec 2018) D-247-H002 Packaging Of Supplies�Basic (Navsea) (Oct 2018) E-246-H016 Inspection And Acceptance Of F.O.B. Destination Deliveries (Oct 2018) G-232-H002 Payment Instructions And Contract Type Summary For Payment Office (Navsea) (Jun 2018) G-232-H004 Government Purchase Card Method Of Pay (Navsea) (Oct 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) H-223-N001 Information On Exposure To Hazardous Material (Navsea) (Jan 2019) Quoters should include a completed copy of 52.212-3 and its ALT I with quotes.� All clauses shall be incorporated by reference in the order.� Additional DFARS clauses and provisions applicable to this procurement are:� 252.203-7000 ��� Requirements Relating to Compensation of Former DoD Officials 252.203-7002 ��� Requirement 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 Reported Cyber Incident 252.204-7012 ��� Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 ��� Notice of Authorized Disclosure of Information for Litigation Support P 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System P 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7008 ��� Prohibition of Hexavalent Chromium P 252.225-7031 Secondary Arab Boycott of Israel 252.225-7048 ��� Export-Controlled Items 252.232-7010 ��� Levies on Contract Payments 252.237-7010 ��� Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 ��� Pricing of Contract Modifications. 252.244-7000 ��� Subcontracts for Commercial Items 252.246-7007 ��� Contractor Counterfeit Electronic Part Detection and Avoidance System 252.246-7008 ��� Sources of Electronic Parts 252.247-7023 ��� Transportation of Supplies by Sea Billing (G): 252.204-7006 ��� Billing Instructions 252.232-7003 ��� Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 ��� Wide Area WorkFlow Payment Instructions The Government intends to award a firm-fixed price purchase order� resulting from this solicitation to the responsible vendor that provides the Lowest Price Technically Acceptable quoatation. The purchase order will be awarded to the vendor with the Lowest Price Technically Acceptable. Quotes will be evaluated based on the following criteria: - Technical Acceptability including adherance to schedule - Adherence to Schedule (Award may be made based on delivery and ability to meet the requested schedule) - Price Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. Technical: Please provide documentation demonstrating your capabilities in fulfilling the SOW. Technical Evaluation Ratings Rating Description Acceptable Submission clearly meets the minimum requirements of the solicitation Unacceptable Submission does not clearly meet the minimum requirements of the solicitation If the technical submittal is determined �Unacceptable�, it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as �Unacceptable� and will no longer be considered for further competition or award. Price: The Price will be evaluated as Lowest Price Technically Acceptable. Past Performance: All vendors will be screened for responsibility in accordance with FAR Subpart 9.1 This announcement will close at 11:59 PM local time on Friday, 25 March 2022. Contact Brittney Meurrens who can be reached by email brittney.l.meurrens.civ@us.navy.mil.������������������ METHOD OF PROPOSAL SUBMISSION:� Offers shall be emailed. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM): Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), a point of contact, name, email address, phone/FAX number, CAGE Code, technical specifications of units offered (including brand), business size under the NAICS Code, and payment terms. At a minimum, quotes shall contain the completed RFQ form (attached). Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Please see attached Exhibits A, B and C for the informatio9n reference in the above table. ******* End of Combined Synopsis/Solicitation ******** �[MDLCUNPN(1]Insert BY FULL TEXT 52.217-9 BY FULL TEXT 52.217-8
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/88f561a2dfd44bb1bccba0be31819b86/view)
 
Place of Performance
Address: San Diego, CA, USA
Country: USA
 
Record
SN06268583-F 20220318/220316230053 (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.