SOLICITATION NOTICE
W -- Five-Year Rental of Two (2) Electric Forklifts in Virginia
- Notice Date
- 8/5/2022 2:05:20 PM
- 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
- N6660422Q0585
- Response Due
- 8/8/2022 8:59:00 PM
- Archive Date
- 09/30/2022
- Point of Contact
- Carrie Rochelle, Phone: 4018326562
- E-Mail Address
-
carrie.r.rochelle.civ@us.navy.mil
(carrie.r.rochelle.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 08/05/2022 UPDATE: The purpose of this update is to extend the closing date. 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.� This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b).� This solicitation is a Request for Quotations (RFQ); RFQ number is N6660422Q0585. The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price (FFP) purchase order for a five-year lease (consisting of one (1) base year and four (4) one-year options), to commence upon purchase order award, for two (2) electric forklifts to support heavy equipment operations at the Cheatham Annex Facility in Williamsburg, VA, as follows: CLIN 0001 � Base Year 1, Rental of Two (2) Electric Forklifts, 1 Lot CLIN 0002 � Option Year 2, Rental of Two (2) Electric Forklifts, 1 Lot CLIN 0003 � Option Year 3, Rental of Two (2) Electric Forklifts, 1 Lot CLIN 0004 � Option Year 4, Rental of Two (2) Electric Forklifts, 1 Lot CLIN 0005 � Option Year 5, Rental of Two (2) Electric Forklifts, 1 Lot CLIN 0006 � Delivery Fees, FOB Destination to Williamsburg, VA, 1 Lot (if applicable) CLIN 0007 � Pick Up Fees, 1 Lot (if applicable) The minimum requirements for each forklift are as follows: Minimum 8K capacity with minimum 42� forks Must be no longer than 12� in total (forklift unit plus forks) Place of performance is: Cheatham Annex Facility 220 F Street CAD 30, DWY 17 Williamsburg, VA 23185 This requirement is being solicited as a total small business set aside.� The associated North American Industry Classification System (NAICS) Code is 532490 with a small business size standard of $35 Million. The solicitation document and incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The following FAR and DFARS provisions and clauses apply to this solicitation: FAR 52.204-13, System for Award Management Maintenance FAR 52.204-19, Incorporation by Reference of Representations and Certifications FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services FAR 52.212-2, Evaluation�Commercial Products and Commercial Services FAR 52.212-3, (ALT 1), Offeror Representations and Certifications�Commercial Products and Commercial Services FAR 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services FAR 52.217-5, Evaluation of Options FAR 52.217-7, VAR I, Option for Increased Quantity--Separately Priced Line Item FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.243-1, Changes--Fixed Price DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7010, Levies on Contract Payments DFARS 252.232-7017, Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration DFARS 252.243-7003, Pricing of Contract Modifications DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea The full text of incorporated FAR/DFARS provisions and clauses is available at www.acquisition.gov Payment will be made via Wide Area Workflow (WAWF). 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 the required quantity of forklifts meeting the minimum requirements; (2) the offeror must quote all five years (CLINs 0001-0005); and (3) the offeror must quote any delivery/pick up fees (CLINs 0006 and 0007), if applicable. The Government will also consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within SPRS may render a quote being deemed technically unacceptable. The following addenda or additional terms and conditions apply: 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 Point of Contact (including name, telephone number, and e-mail address) Contractor CAGE Code Quotations shall be e-mailed to the Primary Point of Contact on or before the response date and time as listed on this combined synopsis/solicitation.� Late submissions will be treated in accordance with the solicitation provision at FAR 52.212-1(f). �Quotations shall be valid for no less than 30 days. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Primary Point of Contact.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6e763fdb090848728d36210bd4f50d5e/view)
- Place of Performance
- Address: Williamsburg, VA 23185, USA
- Zip Code: 23185
- Country: USA
- Zip Code: 23185
- Record
- SN06416173-F 20220807/220805230118 (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 |