|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 31,1998 PSA#2170FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B,
Philadelphia, PA 19111-5083 W -- LEASE OF MAN-LIFTS SOL N00140-98-R-3338 DUE 091498 POC Kevin
Linden, Contract Specialist, (215) 697-9685, or J. O'Sullivan,
Contracting Officer (215) 697-9680 E-MAIL: CLICK HERE TO CONTACT BID
OFFICER, SYNOPSIS@PHIL.FISC.NAVY.MIL. This is a combined
Synopsis/solicitation for commercial items prepared in accordance with
the format in Subpart 12.6 of the FAR, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; proposals are hereby requested and a written
solicitation will not be issued. FISC Norfolk Det-Philadelphia is
soliciting on a full and open competitive basis. Award of a firm fixed
price definite quantity type contract is contemplated. The standard
industrial classification code is 3536. Contract Line Item Number
(CLIN) 0001: Rental of 4 each Manlifts -- for the period 1 October 1998
to 30 September 1999 in accordance with Manlift Specification A listed
below. 0002: Rental of 4 each Manlifts -- for the period 1 October
1998 to 30 September 1999 in accordance with Manlift Specification B
listed below. 0003: Rental of 2 each Manlifts -- for the period 1
October 1998 to 30 September 1999 in accordance with Manlift
Specification C listed below. 0004:Option for CLIN 0001 -- for the
period of 1 October 1999 to 30 September 2000. 0005: Option for CLIN
0002 -- for the period of 1 October 1999 to 30 September 2000. 0006:
Option for CLIN 0003 -- for the period of 1 October 1999 to 30
September 2000. 0007: Option for CLIN 0001 -- for the period of 1
October 2000 to 30 September 2001. 0008: Option for CLIN 0002 -- for
the period of 1 October 2000 to 30 September 2001. 0009: Option for
CLIN 0003 -- for the period of 1 October 2000 to 30 September 2001.
0010: Option for CLIN 0001 -- for the period of 1 October 2001 to 30
September 2002. 0011: Option for CLIN 0002 -- for the period of 1
October 2001 to 30 September 2002. 0012: Option for CLIN 0003 -- for
the period of 1 October 2001 to 30 September 2002. Additionally, an
option to purchase equipment is incorporated. The offeror shall state
the purchase price or provide a formula that shows how the purchase
price will be established at the time of purchase. The purchase
conversion cost ofthe equipment shall be computed as of the effective
date specified in the unilateral modification required to purchase
equipment, on the basis of the purchase price set forth in the
contract, minus the total purchase option credits accumulated during
the period of lease or rental, calculated by the formula provided by
offeror with his original proposal. The accumulated purchase option
credits available to determine the purchase conversion cost will also
include any credits accrued during a period of lease or rental of the
equipment under any previous Government contract if the equipment has
been on continuous lease or rental. The movement of equipment from one
site to another site shall be "continuous rental." MANLIFT
SPECIFICATION A: On-call maintenance is required for each manlift. This
maintenance shall provide an 8 hour response time to trouble calls and
a replacement manlift, if manlift will not be functioning and
available for use within 24 hours of the trouble call. Manlifts are to
be delivered to andpicked up at: U.S.N. Drydock "Oakridge", Pier 17
South -- Lower Base, Naval Submarine Base, Groton, CT 06349. Manlifts
shall conform to the following requirements: diesel powered; 15 gallon
minimum fuel capacity; articulating boom with zero degree tail swing;
audible travel warning signals only; foam-filled tires; 60 foot
maximum acceptable working height; 45 feet minimum acceptable working
height; 200 pounds minimum required platform capacity; 500 pounds
maximum required platform capacity; 26,000 pounds maximum acceptable
overall weight; 8 feet minimum acceptable wheelbase; 20 degree (35%)
minimum acceptable grade ability; 1 mph minimum acceptable speed; 3.6
mph maximum acceptable speed; 8 feet maximum acceptable inside turning
radius; 14 feet maximum acceptable outside turning radius; 1 foot
minimum acceptable ground clearance. Equipment will be used for
multiple shifts per day will be used for some hydroblasting. MANLIFT
SPECIFICATION B: On-call maintenance is required for each manlift. This
maintenance shall provide an 8 hour response time to trouble calls and
a replacement manlift, if manlift will not be functioning and
available for use within 24 hours of the trouble call. Manlifts are to
be delivered to and picked up at U.S.N. Drydock "Shippingport", Pier
15 North -- Lower Base, Naval Submarine Base, Groton, CT 06349.
Manlifts shall conform to the following requirements: gasoline powered;
15 gallon minimum fuel capacity; articulating boom with zero degree
tail swing; 25 foot minimum acceptable length with boom stored; 7 foot
minimum acceptable height with boom stored; audible and visual travel
warning signals; foam-filled tires; 4 foot minimum acceptable working
height; 50-60 foot maximum acceptable working height; 500 pound
minimum acceptable platform capacity; 500 pound maximum acceptable
platform capacity; 19,000 pound maximum acceptable overall weight; 8
feet minimum acceptable wheelbase; 20 degree minimum acceptable grade
ability; 1 mph minimum acceptable speed; 3.6 mph maximum acceptable
speed; 3 feet maximum acceptable inside turning radius; 14 feet maximum
acceptable outside turning radius; 2 feet minimum acceptable ground
clearance; two- or four-wheel drive. Possibility of equipment being
used for multiple shifts -- will be used for some hydroblasting.
MANLIFT SPECIFICATION C: On-call maintenance is required for each
manlift. This maintenance shall provide an 8 hour response time to
trouble calls and a replacement manlift, if manlift will not be
functioning and available for use within 24 hours of the trouble call.
The Maintenance Support Branch, Building #400, phone:(860)694-4542,
between the hours of 0730 -- 1600, is the point of contact to arrange
delivery/pick-up of manlifts for the Public Works Department, Naval
Submarine Base, Groton, CT 06349. Manlifts shall conform to the
following requirements: diesel or gasoline powered; 15 gallon minimum
fuel capacity articulating boom with zero degree tail swing audible and
visual travel warning signals pneumatic, solid, or foam-filled tires;
16 foot minimum acceptable working height; 66 foot maximum acceptable
working height; 200 pounds minimum required platform capacity; 500
pounds maximum required platform capacity; 8 degree minimum acceptable
grade ability; 1 mph minimum acceptable speed; 3.6 mph maximum
acceptable speed. Possibility of equipment being used for multiple
shifts. The following factors shall be used to evaluate offers: price
and past performance; FAR 52.212-1,52.212-2, 52.212-3, 52.212-4,
52.212-5. As an addendum to 52.212-5, paragraph (b) also include the
following numbered subparagraphs in this clause: (1),(2), (3), (5),
(6), (7,) (8), (9); FAR 52.204-4, 52.217-9, 52.217-5, 52.216-18,
52.216-19, 52.216-20, 52.207-5. The incorporated provisions and clauses
are those in effect through FAC 90-46. The following Defense (FAR)
supplement (DFAR) provisions and clauses apply to this solicitation and
are incorporated by reference: DFAR 252.212-7000 252.212-7001 also
paragraph (a) and the following clauses under Paragraph (b):
252.225-7012, 252.225-7028, 252.233-7000, Paragraph C. Past Performance
proposal is to include all data and information required for
evaluation, and exclude any reference to the pricing aspects of the
offer. Each page of each copy should be affixed with the following
legend: Source Selection Information -- See FAR 3.104. In the event any
portion of the past performance proposal is written by anyone who is
not a bona fide employee of the firm submitting the proposal, a
certificate to this effect shall be furnished which shall be signed by
a responsible officer of the offeror and shall also identify the
person's name, employment capacity, the name of the person's firm, the
relationship of that firm to the offeror, and the portion of the
technical proposal the person wrote. Any offeror who will be submitting
CLASSIFIED data in their past performance proposal shall first notify
the Center by contacting the point of contact for this solicitation.
Classified data that is forwarded as part of an offeror's proposal must
behoused in its own binder, separate from the unclassified portion. The
offeror shall describe its past performance on similar contracts it has
held within the last five years which are similar scope, magnitude and
complexity to that which is detailed in the RFP or affirmatively state
that it possesses no relevant directly related or similar past
performance. Offerors who present similar contracts should provide a
detailed explanation demonstrating the relevance of the contracts to
the requirements of the RFP. The offeror should provide the following
information regarding its past performance: A. The contract number(s).
B. name and phone number of point of contact at the federal, state,
local government or commercial entity for which the contract was
performed. C. Dollar value of contract. D. Detailed description of the
work performed. E. Names of subcontractor(s), if any, and a
description of the extent of work performed by the subcontractor(s). F.
The number, type and severity of any quality, delivery or cost problems
in performing the contract, the corrective action taken and the
effectiveness of the corrective action. Award will be made to the
eligible, responsible offeror whose total offer, conforming to the
solicitation, is determined most advantageous to the Government, price
and past performance considered. The evaluation will consider past
performance significantly less important than price. The Government
reserves the right to obtain information for use in the evaluation of
past performance from any and all sources including sources outside the
Government. Offerors lacking relevant past performance history will not
be evaluated favorably or unfavorably on past performance. However, the
proposal of an offeror with no relevant past performance history, while
rated neutral for past performance, may not represent the most
advantageous proposal to the Government and thus, may be an
unsuccessful proposal when compared to the proposal of other offers.
The offeror must provide the information requested above forthe past
performance evaluation or affirmatively state that it possesses no
relevant directly related or similar past performance. The Government
will consider the quality of offerors' past performance. This
consideration is separate and distinct from the Contracting Officer's
responsibility determination. The assessment of the offeror's past
performance will be used a means of evaluating the relative capability
of the offeror and other competitors to successfully meet the
requirements of the RFP. In determining the rating for the past
performance evaluation factor, the Government will give greater
consideration to the contracts which the Government feels are most
relevant to the RFP. As a minimum, vendors should provide this office:
a price proposal on letterhead or an SF1449 for the requested items
with unit price, extended price, past performance information, how
purchase options credits accumulated toward purchase price, prompt
payment terms, remittance address, and include a completed copy of the
provisions at FAR 52.212-3 and DFARS 252.212-7000 with their offer.
For information regarding the solicitation, POC is Kevin Linden (215)
697-9685. Responses to this solicitation are due no later than 3:00
p.m. local (Philadelphia) time, 10 Sept 98. All offers shall be sent to
FISC Norfolk Det Philadelphia, 700 Robbins Ave., Bldg. 2B,
Philadelphia, PA 19111-5083, Attn: Bid Room, Code 02P52G and should
reference N00140-98-R-3338. Submission of proposals via facsimile is
authorized. Proposals submitted vial facsimile should reference
N00140-98-R-3338 and be forwarded to (215) 697-9738. In accordance with
FAR 52.215-18, if the offeror chooses to transmit a facsimile proposal,
the government will not be responsible for any failure attributable to
the transmission or receipt of the facsimile proposal. Offerors should
take into account that numerous proposals may be transmitted at the
time of offer closing. Posted 08/27/98 (D-SN242865). (0239) Loren Data Corp. http://www.ld.com (SYN# 0142 19980831\W-0001.SOL)
W - Lease or Rental of Equipment Index Page
|
|