( 2 EA ) 3 Ton Forklifts
Agency: | DEPT OF DEFENSE |
---|---|
State: | Maine |
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159491281352041 |
Posted Date: | Apr 28, 2023 |
Due Date: | May 3, 2023 |
Solicitation No: | N3904023Q0138 |
Source: | Members Only |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Apr 28, 2023 12:39 pm EDT
- Original Date Offers Due: May 03, 2023 12:00 pm EDT
- Inactive Policy: Manual
- Original Inactive Date: May 03, 2023
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: W039 - LEASE OR RENTAL OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT
-
NAICS Code:
- 532490 - Other Commercial and Industrial Machinery and Equipment Rental and Leasing
-
Place of Performance:
Kittery , ME 03904USA
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 BETA SAM. The Request for Quotation (RFQ} number is N3904023Q0138 This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-02 and DFARS Change Notice 2022-0101. 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/d pap/dars/cha nge_notices.htm I.
The NAICS code is 532490 and the Small Business Standard is $40 million.
The PSC is: W039.
The Portsmouth Naval Shipyard requests responses from sources capable of providing the following:
The rental of a (2) 3 Ton Forklifts, in accordance with the attached Request for Quote.
PLEASE PROVIDE SPECIFICATION SHEET FOR FORKLIFT PER THE STATEMENT OF WORK SPECIFIC REQUIREMENT.
See attached Request for Quotation (RFQ) sheet for details.
Place of Performance: Portsmouth Naval Shipyard, Kittery, ME.
Period of Performance:
CLIN 0001; 5/8/2023 to 5/7/2024.
CLIN 0002; ALL ASOCIATED FREIGHT
CLIN 1001; OPTION POP: 5/8/2024 to 5/7/2025
CLIN 1002; OPTION POP: 5/8/2025 to 10/1/2025
CLAUSES:
This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-02 and DFARS Change Notice 2022-0101. 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.
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 applicable to this procurement.
52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES--REPRESENTATION (OCT
2020) {MUST BE FILLED IN}
(a) Definitions. As used in this provision, "covered telecommunications equipment or services" and "reasonable inquiry" have the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
(b) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for "covered telecommunications equipment or services".
(c) Representations.
(1) The Offeror represents that it [ _ ] does, [ _ ] does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument.
(2) After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it [ _ ] does, [ _ ] does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services.
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services
or Equipment.
(a) Definitions. As used in this clause- Covered telecommunications equipment or services means-
(1) Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities);
(2) For the purpose of public safety, security of Government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate
of such entities);
(3) Telecommunications or video surveillance services provided by such entities or using such equipment; or
(4) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country.
(End of provision)
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 or Control of Offerer
52.204-18 Commercial and Government Entity Code Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications.
52.204-20 Predecessor of Offerer
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
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation
52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction
52.211-14 Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use
52.211-15 Defense Priority And Allocation Requirements
52.204-16 Commercial and Government Entity Code Reporting
52.204-17 Ownership or Control of Offerer
52.204-18 Commercial and Government Entity Code Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications.
52.204-20 Predecessor of Offerer
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
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation
52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction
52.211-14 Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use
52.211-15 Defense Priority And Allocation Requirements
52.212-2 Evaluation - Commercial Item
52.212-3 Offeror Representations and Certifications--Commercial Items
52.212-4 Contract Terms and Conditions--Commercial Items
52.219-1 Alt Small Business Program Representations
52.219-28 Post-Award Small Business Program Representation
52.222-3 Convict Labor
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
52.222-55 Minimum Wages Under Executive Order 13658
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.
52.225-13 Restrictions on Certain Foreign Purchases
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions
52.232-33 Payment by Electronic Funds Transfer--System for Award Management
52.232-36 Payment by Third Party
52.232-39 Unentorceability ot 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 Alt I 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
C-211-H018 APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019)
C-204-H00l USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (OCT 2018) C-223-H003 EXCLUSION OF MERCURY (NAVSEA) (MAR 2019)
C-223-H004 MANAGEMENT AND DISPOSAL OF HAZARDOUS WASTE (NAVSEA) (MAR 2019)
C-237-H00l ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION {OCT 2018) C-247-H00l 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. DELIVERIES (OCT 2018)
G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (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-H002 HOURS OF OPERATION AND HOLIDAY SCHEDULE (NAVSEA) (OCT 2018)
Quoters shall 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
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7003 Control Of Government Personnel Work Product
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
252.213-7000 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
252.225-7031 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
252.247-7023 Transportation of Supplies by Sea
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
252.247-7023 Transportation of Supplies by Sea
52.212-2, Evaluation - Commercial Items is applicable to this procurement.
The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the soliciatationwill be most advantageuos to the Government, price and otherfactors considered. The contract will be awarded to the vendor with the Lowest Price Technically Acceptable. Quotes will be evaluated based on the following criteria:
Technical Acceptability (Must meet specifications and document capabilities)
Adherence to Schedule (Award may be made based on delivery and ability to meet the requested schedule)
Price (Lowest Price Technically Acceptable, after adherence to other factors)
Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerers. Failure to include pricing for all line items may be cause for rejection of the quote for all line items.
Technical:
Please provide documentation demonstrating your capabilities in fulfilling the SOW.
Technical Specifications
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.
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.
**END OF COMBINED SYNOPSIS/SOLICITATION**
- PORTSMOUTH NH 03801-5000
- PORTSMOUTH , NH 03801-5000
- USA
- Michael D. Carleton
- michael.d.carleton.civ@us.navy.mil
- Phone Number 2074382940
- Fax Number 2074384913
- Apr 28, 2023 12:39 pm EDTCombined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.