Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOLICITATION NOTICE

W -- RENTAL AND MAINTENANCE CONTRACT FOR THE TWO (2) 3 TON DIESEL FORKLIFTS

Notice Date
2/16/2023 9:47:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532412 — Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
 
Contracting Office
PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
N3904023PSE2510
 
Response Due
2/22/2023 6:00:00 AM
 
Archive Date
03/09/2023
 
Point of Contact
Raymond Dennis, Phone: 2079940743
 
E-Mail Address
raymond.dennis@navy.mil
(raymond.dennis@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Place of Performance: Sub Base New London CT. �������������� Period of Performance: POP: 3/13/23-4/14/23 �������������� See Statement of Work for exact details. FORKLIFT RENTAL STATEMENT OF WORK REQUIREMENTS:� �������������� Quantity: 2 �������������� Capacity/type: 6k# capacity counterbalanced forklift �������������� Power type: Diesel �������������� Minimum lift height: 144� �������������� Max collapsed height: 92� �������������� Max outside turning radius: 90� �������������� Forks: 48� long forks, not to exceed 2� thickness or 5� width �������������� Shall be no older than 7 years �������������� Pneumatic or solid pneumatic tires �������������� Enclosed cab with heater, defrost, and wipers �������������� Unit will be equipped with glow plugs or other system to assist in cold weather starting.� (Electrical power is not consistently available for block heaters, and ether starting systems are prohibited, so neither of these methods are acceptable alternatives.) �������������� Integral side-shift and hydraulic fork positioners �������������� Light package to include a minimum of two front and one rear working lights. �������������� Lifting and tie-down provisions for lifting by crane without additional special handling gear (Lifting and tie-down points shall be clearly marked) �������������� Will have manufacturer�s capacity data plate containing safe working load and maximum reach height at a minimum. �������������� Safe working load and forklift weight clearly labeled in view of operator, normally on the mast crossbar using largest lettering size that fits (Labeling tape acceptable) �������������� Operator controls shall be properly and clearly marked �������������� An operator�s manual will be in the machine Equipment shall be delivered in fully functional, safe operating condition.� A joint inspection of each forklift shall be performed by the Contractor and a shipyard licensed operator using attachment (1) of this contract before the unit is accepted by the Government. The rental period does not begin until the government has accepted the forklift.� The contractor shall notify the Contracting Officer�s Representative (COR) or Technical Point of Contact a minimum of 48 hours prior to delivery of units. The contractor shall be responsible for all preventative maintenance and repairs not arising out of abuse or negligence by the Government.� The government shall be responsible for daily fluid level checks; however, the contractor shall be responsible for adding fluids to the equipment to ensure the loss of fluid is not due to a more serious mechanical issue.� All service shall be provided within four (4) hours of notification to the contractor.� In the event the equipment cannot be returned to service within twenty-four (24) hours, a replacement shall be provided by the contractor at no charge to the Government.� Contractor shall validate all completed repairs by either signing the appropriate MHE Inspection Sheet, attachment (2) or providing a completed and signed repair order. The contractor shall provide liquid spill protection to the ground surface during all maintenance and repairs. Any/all spills shall be contained and cleaned up prior to leaving the site.� If during use, a liquid spill is caused by a broken or leaking line or some other system on the contractor�s equipment, the installation spill team will be alerted to contain the spill until the contractor can make the necessary repairs.� It shall be the responsibility of the contractor to reimburse the Government for containing the spill. If fluid leaks become frequent the government may request to have the equipment removed from the shipyard and replaced with a different forklift. 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 BetaSAM. The Request for Quotation (RFQ) number is N3904023PSE2150. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-05 and DFARS Change Notice 2/24/2021. 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 532412. The small business size standard is $40M. The Government intends to negotiate and award the resultant contract to; rental of a Desiccant dehumidifier package, in accordance with the attached Request for Quote. This requirement is for a fixed price contract. Small business set-aside. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13. The following FAR provision and clauses are applicable to this procurement: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-2 Security Requirements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance) 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership of 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 Lab and Other Covered Entities 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 Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or A Felony Conviction Under Any Federal Law 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness and Energy Program Use 52.211-15 Defense Priority and Allocation Requirements 52.212-1 DEV Instructions to Offerors - Commercial Items 52.212-2 Evaluation�Commercial Items 52.212-3 and its ALT I, 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 52.216-1 Type of Contract: Firm Fixed Price 52.217-5 Evaluation of Options 52.217-9 Option to Extend the Term of the Contract 52.219-6 Small Business Program Representation 52.219-28 Post Award Small Business 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 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-11 Ozone-Depleting Substances 52.223-18 Contractor Policy to Ban Text Messaging while Driving 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reductions Goals 52.225-13 Restriction on Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 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 52.243-1 Changes-Fixed Price 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 52.253-1 Computer Generated Forms Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating To Compensation of Former DOD Officials DFARS 252.204-7000 Disclosure of information DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7006 Billing Instructions DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.213-7000 Notice to Prospective suppliers on use of supplier performance risk system in past evaluations DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7000 Buy American Balance of Payments Program Certificate DFARS 252.225-7031 Secondary Arab Boycott of Israel DFARS 252.225-7048 Export-Controlled Items DFARS 252.231-7000 Supplemental Cost Principles DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea NAVSEA CLAUSES C-202-H001 ������� ADDITIONAL DEFINITIONS�BASIC C-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES C-211-H018 ������� APPROVAL BY THE GOVERNMENT C-212-W002 ������ COMMERCIAL SUPPLIER AGREEMENTS C-223-H003�������� EXCLUSION OF MERCURY C-223-H004�������� MANAGEMENT AND DISPOSAL OF HAZARDOUS WASTE C-223-N001�������� RADIOLOGICAL INDOCTRINATION POSTINGS AND INSTRUCTIONS C-223-W002������� ON SITE SAFETY REQUIREMENTS C-227-H010 COMPUTER SOFTWARE AND COMPUTER DATA BASES DELIVERED TO OR RECEIVED FROM THE GOVERNMENT C-246-H001�������� EXTENSION OF COMMERCIAL WARRANTY������ C-247-H001�������� PERMITS AND RESPONSIBILITES �������������������������� D-247-H002�������� PACKAGING OF SUPPLIES�������������������������������������������������������������������������� ������������������������������� D-247-W001 ���������������������� PROHIBITED PACKING MATERIALS D-247-H004�������� MARKING AND PACKING LIST(S)--BASIC����������������������������������������������������������� E-246-H016�������� INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES F-242-H001 �������� CONTRACTOR NOTICE REGARDING LATE DELIVERY F-247-H004��������� F.O.B. DESTINATION F-247-N002��������� INSTRUCTIONS TO PORTSMOUTH NAVAL SHIPYARD��������������������������������������������������������������������������������� ����������������������� G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES G-242-H002 HOURS OF OPERATION AND HOLIDAY SCHEDULE Evaluation Criteria: 52.212-2 Evaluation--Commercial Items (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest priced technically acceptable offer.� (1) TECHNICAL ACCEPTABILITY Quotations submitted by each vendor will be evaluated in accordance with the specifications and determined to be either acceptable or unacceptable. � Technical Evaluation Ratings: Rating: Acceptable Description: Submission clearly meets the minimum requirements of the solicitation Rating: Unacceptable Description: 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. (2) PRICE The prices quoted shall be in accordance with the solicitation, and will be evaluated on the basis of price reasonableness in accordance with FAR 13.106-3. Price Quotes shall be held firm for thirty (30) days. Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit additional information/data to support price reasonableness such as copies of paid invoices for the same or similar items, or price list with effective date and/or copies of catalog pages along with any applicable discounts.� Failure to submit the requested information may result in disqualification of the submitted quote. 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/. Place of Performance is: Sub Base New London CT FOB � Destination METHOD OF PROPOSAL SUBMISSION: All quotes must be sent via email to raymond.j.dennis.civ@us.navy.mil Quotes shall include delivered price(s), a point of contact, name and phone number, CAGE Code, business size under NAICS Code 532412, and payment terms.� Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Quotes must be received no later than DUE DATE: 02/23/23 at 9:00 AM. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7bcdd6a1f8734f15a76ac4a019ad868e/view)
 
Place of Performance
Address: New London, CT, USA
Country: USA
 
Record
SN06593731-F 20230218/230216230114 (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.