SOLICITATION NOTICE
W -- RENTAL OF (3) JLG 600 AJ AND (2) 600 S BRAND NAME LIFTS
- Notice Date
- 4/24/2023 10:44:36 AM
- Notice Type
- Solicitation
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
- ZIP Code
- 03801-5000
- Solicitation Number
- N3904023PSE2184
- Response Due
- 4/28/2023 9:30:00 AM
- Archive Date
- 05/13/2023
- Point of Contact
- Bob Watters, Phone: 2074382205
- E-Mail Address
-
robert.watters@navy.mil
(robert.watters@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, using Simplified Acquisition Procedures, 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 SAM.gov. The Request for Quotation (RFQ) number is N3904023PSE2184. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-01 and DFARS Change Notice 2023-0322. 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 532490. The small business size standard for NAICS Code 532490 is $35 Million. This procurement is being solicited as a Small Business Set Aside. This requirement is a BRAND NAME MANDATORY solicitation to the original equipment manufacturer JLG. The Portsmouth Naval Shipyard requests responses from sources capable of providing the following: Rental of 3 600AJ and 2 600S JLG Manlifts IAW the Statement of Work. See attached Request for Quotation (RFQ) sheet for details. �������������� Place of Performance: Portsmouth Naval Shipyard, Kittery, ME. �������������� Period of Performance: 4 UNITS (2 AJ / 2 S) POP 7/3/2023 - 9/3/2023 1 UNIT (1 AJ) 7/3/2023 - 7/2/2024 Option period 1: 7/3/2024 - 7/2/2025 �������������� Award may be made based on fastest delivery. Please include payment terms and the primary point of contact in the quotation. 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 and clauses are applicable to this procurement: 52.203-18���� Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements � Representation 52.203-19 ���� Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-1 ������ Approval of Contract 52.204-2 ������ Security Requirements 52.204-7 ������ System for Award Management 52.204-9 ������ Personal Identity Verification of Contractor Personnel 52.204-10 ���� Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-12 ���� Unique Entity Identifier 52.204-13 ���� System for Award Management Maintenance 52.204-16 ���� Commercial and Government Entity Code Reporting 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. 52.204-20 ���� Predecessor of Offeror 52.204-21 ���� Basic Safeguarding of Covered Contractor Information Systems 52.204-22 ���� Alternative Line Item Proposal 52.204-23 ���� Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky 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 52.209-7 ������ Information Regarding Responsibility Matters 52.209-10 ���� Prohibition on Contracting With Inverted Domestic Corporations 52.209-11 ���� Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction 52.211-6 ������ Brand Name or Equal 52.211-11 ���� Liquidated Damages-Supplies, Services, or Research and Development. ---------? 52.211-13���� Time Extensions. -------? 52.211-14 ���� Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use 52.211-15 ���� Defense Priority And Allocation Requirements 52.211-17 ���� Delivery of Excess Quantities 52.212-1 ������ Instructions to Offerors--Commercial Items 52.212-2 ������ Evaluation - Commercial Item 52.212-3 Alt 1����� Offeror Representations and Certifications--Commercial Items 52.212-4 ������ Contract Terms and Conditions--Commercial Items 52.215-5 ������ Facsimile Proposals 52.216-1 ������ Type of Contract: Firm Fixed Price 52.217-5 ������ Evaluation of Options 52.217-7 ������ Option for Increased Quantity-Separately Priced Line Item. 52.217-9 ������ Option to Extend the Term of the Contract 52.219-1 Alt� ������ Small Business Program Representations 52.219-4 ������ Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-6 ������ Notice of Total Small Business Set-Aside 52.219-8 ������ Utilization of 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 52.222-26 ���� Equal Opportunity 52.222-36 ���� Equal Opportunity for Workers with Disabilities 52.222-41 ���� Service Contract Labor Standards 52.222-42 ���� Statement Of Equivalent Rates For Federal Hires 52.222-50 ���� Combating Trafficking in Persons 52.222-55 ���� Minimum Wages Under Executive Order 13658 52.223-3 ������ Hazardous Material Identification & Material Safety Data 52.223-6������� Drug-Free Workplace 52.223-11 ���� Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons. 52.223-18 ���� Encouraging Contractor Policies To Ban Text Messaging While Driving 52.223-22 ���� Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -- Representation. 52.225-1 ������ Buy American�Supplies 52.225-3 ������ Buy American �Free Trade Agreements � Israeli Trade Act 52.225-5 ������ Trade Agreements 52.225-13 ���� Restrictions on Certain Foreign Purchases 52.225-25 ���� Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions 52.232-19���� Availability of Funds Next Fiscal Year 52.232-33 ���� Payment by Electronic Funds Transfer--System for Award Management 52.232-36 ���� Payment by Third Party 52.232-39 ���� Unenforceability of Unauthorized Obligations 52.232-40 ���� Providing Accelerated Payments to Small Business Subcontractors 52.233-2 ������ Service of Protest 52.233-3 ������ Protest After Award 52.233-4 ������ Applicable Law for Breach of Contract Claim 52.237-2 ������ Protection Of Government Buildings, Equipment, And Vegetation 52.242-15 ���� Stop-Work Order 52.247-34 ���� F.O.B. Destination 52.248-1 ������ Value Engineering 52.252-1 ������ Solicitation Provisions Incorporated By Reference 52.252-2 ������ Clauses Incorporated By Reference 52.252-6������� Authorized Deviations in Clauses C-202-H001 ADDITIONAL DEFINITIONS � BASIC (NAVSEA)(OCT 2018) C-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (OCT 2018) C-211-H001 ACCESS TO THE VESSEL(S) (NAVSEA) (OCT 2018) C-211-H018 APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019) C-212-W002 COMMERCIAL SUPPLIER AGREEMENTS C-222-H002 DEPARTMENT OF LABOR SAFETY AND HEALTH STANDARDS FOR SHIPBUILDING (NAVSEA) (OCT 2018) 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-228-H001 INDEMNIFICATION FOR ACCESS TO VESSEL (NAVSEA) (DEC 2018) C-237-H001 ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (OCT 2018) C-246-H001 EXTENSION OF COMMERCIAL WARRANTY C-247-H001 PERMITS AND RESPONSIBILITIES (NAVSEA) (DEC 2018) D-247-H002 PACKAGING OF SUPPLIES�BASIC (NAVSEA) (OCT 2018) D-247-H004 MARKING AND PACKING LIST-BASIC (NAVSEA) (OCT 2012) D-247-W001 PROHIBITED PACKING MATERIALS (NAVSEA) (OCT 2018) E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (OCT 2018) F-211-W001 PARTIAL DELIVERIES (NAVSEA) (OCT 2018) F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY 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 contract terms and conditions 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 252.203-7003��� Agency Office of the Inspector General 252.203-7005 ��� Representation Relating to Compensation of Former DoD Officials 252.204-7003 ��� Control Of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management 252.204-7005 ��� Oral Attestation of Security Responsibilities 252.204-7006 ��� Billing Instructions 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 252.211-7003��� Item Unique Identification and Valuation 252.213-7000 ��� Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System 252.215-7013 ��� Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7008 ��� Prohibition of Hexavalent Chromium 252.225-7001 ����Buy American and Balance of Payments Program. 252.225-7002 ����Qualifying Country Sources as Subcontractors 252.225-7031��� Secondary Arab Boycott of Israel 252.225-7048 ��� Export-Controlled Items 252.231-7000��� Supplemental Cost Principles 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 252.237-7010 ��� 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 Copies of NAVSEA Texts available upon request The Government will award a purchase order resulting from this solicitation to the responsible vendor whose quote is determined to be the most advantageous to the government. Quotes will be evaluated based on the following criteria: 1. Technical Acceptability (Must meet specifications and document capabilities) 2. Adherence to Schedule (Award may be made based on delivery and ability to meet the requested schedule) 3. Price 4. Past Performance Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation. 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. Schedule: Please confirm availability for requested period of performance. If your company is unavailable for the requested period, please provide earliest available start. Please provide your best and fastest schedule. Award may be made to the vendor who can provide the soonest execution. If no vendor can meet the requested schedule, award may be based on quickest mobilization. Price: The Price will be evaluated as Lowest Price Technically Acceptable, however, the Contracting Officer reserves the right to award based on ability to meet the required schedule. Past Performance: CPARS information will be utilized to evaluate vendor responsibility and be rated on an acceptable/unacceptable basis. Vendors with no past performance information in the systems will be rated as �Acceptable�. This announcement will close on Friday, 28 April 2023, 12:30 PM EST. Contact Bob Watters via email. robert.n.watters.civ@us.navy.mil System for Award Management (SAM): Vendors must be registered in the SAM database to get the 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 and phone number, CAGE Code, and payment terms. Quotes will not be accepted by facsimile. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. ***** End of Combined Synopsis/Solicitation *****
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/262954bcda1f4a88b1f60f59077c4140/view)
- Place of Performance
- Address: Kittery, ME 03904, USA
- Zip Code: 03904
- Country: USA
- Zip Code: 03904
- Record
- SN06660076-F 20230426/230424230114 (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 |