Rental of one 3 Ton Forklift & one 5 Ton forklift
THIS AMENDMENT IS BEING ISSUED TO ADJUST THE PERIOD OF PERFORMANCE AS NOTED BELOW. ALSO REMOVING AN OPTION PERIOD. VENDORS TO PROVIDE AN UPDATED QUOTE OR A NEW QUOTE. TO BE CONSIDERED FOR AN AWARD, VE... THIS AMENDMENT IS BEING ISSUED TO ADJUST THE PERIOD OF PERFORMANCE AS NOTED BELOW. ALSO REMOVING AN OPTION PERIOD. VENDORS TO PROVIDE AN UPDATED QUOTE OR A NEW QUOTE. TO BE CONSIDERED FOR AN AWARD, VENDORS MUST SUBMIT A DATA SHEET AND MODEL NUMBER WITH THEIR QUOTE. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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. The solicitation number for this procurement is N3904019Q0195 and is a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2019-01, and Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20190215. The North American Industry Classification System (NAICS) is 532490. The small Business Size Standard is $32.5M and this solicitation is A TOTAL SMALL BUSINESS SET-ASIDE. This requirement is for a fixed price contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13. The Offeror must be an authorized, qualified, and certified vendor and must quote on an all or none basis. Only one contract will be awarded. Written quotes are required (oral offers will not be accepted). Quotes will be received by email only. Send to: andrea.connors@navy.mil and christopher.w.dooley@navy.mil The contractor shall provide the following services in accordance with the Statement of Work (SOW) below: Rental of one 3 ton Forklift & one 5 ton forklift at Subbase New London 3T Forklift o Diesel operated o Must have pneumatic air filled tires. o Lift capacity of at least 6K Lbs. o Side-shift capable. o Must be a 4 wheeled model. o Must have an enclosed cab. o Forks shall be 48 inches in length. o Must have lights for night work. o Must have a lift height (TOF) of at least 126 inches. o The vendor shall clearly indicate the weight of the unit and the center of gravity. o The unit shall be portable and easily moved by overhear crane. o The unit shall be designed for outside operation, wind and rain. o The contractor shall be responsible equipment failure not arising out of abuse or negligence of the government. o All spare parts, any filters and maintenance are to be provided at no additional cost. o The vendor shall be responsible for all routine maintenance (oil change, oil filters, etc) except for daily checks of liquid levels. o In the event of a breakdown, service will be provided within (12) hours of notification. In the event the equipment cannot be returned to service within (24) hours the contractor shall provide a replacement at no extra charge. o The vendor shall provide a point of contact and telephone number for use in requesting service if problems arise. o The forklift must meet all requirements for operation in the state of Connecticut. o The forklift will not be older than five model years at the start of the contract with new condition air filled tires. 5T Forklift o Diesel operated o Must have pneumatic air filled tires. o Lift capacity of at least 10,000 Lbs. o Must be a 4 wheeled model. o Must have an enclosed cab. o Extended forks shall be minimum 84 inches in length, side shift and hydraulic fork position equipped. o Must have lights for night work. o Must have a lift height (TOF) of at least 115 inches. o The vendor shall clearly indicate the weight of the unit and the center of gravity. o The unit shall be portable and easily moved by overhear crane. o The unit shall be designed for outside operation, wind and rain. o The contractor shall be responsible equipment failure not arising out of abuse or negligence of the government. o All spare parts, any filters and maintenance are to be provided at no additional cost. o The vendor shall be responsible for all routine maintenance (oil change, oil filters, etc) except for daily checks of liquid levels. o In the event of a breakdown, service will be provided within (4) hours of notification. In the event the equipment cannot be returned to service within (24) hours the contractor shall provide a replacement at no extra charge. o The vendor shall provide a point of contact and telephone number for use in requesting service if problems arise. o The forklift must meet all requirements for operation in the state of Connecticut. o The forklift will not be older than five model years at the start of the contract with new condition air filled tires. (See above, Statement of Work (SOW), and evaluation criteria listed at end of notice) Delivery: Rental to be delivered to Subbase New London, Groton, CT. Period of Performance will be 05/21/19-11/26/19 for the base, with one month option for the potential to extend through 12/24/19. *NOTE: Award decision may be made on ability to meet requested delivery date 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 provision and clauses are applicable to this procurement: 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements – Representation (Jan 2017) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-2, Security Requirements (Aug 1996) 52.204-7, System for Award Management (July 2013) 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.204-13, System for Award Management (SAM) Maintenance (Oct 2016) 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) 52.204-17, Ownership or Control of Offeror (Jul 2016) 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-20, Predecessor of Offeror (Jul 2016) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 52.204-22, Alternative Line Item Proposal (Jan 2017) 52.209-2, Prohibition on Contracting With Inverted Domestic Corporations – Representation (Nov 2015) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017) 52.212-2, Evaluation - Commercial Item (Oct 2014) 52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items (Jan 2017) 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jan 2017) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-3, Hazardous Material Identification & Material Safety Data (Jan 1997) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals - Representation 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs (Oct 2015) 52.232-33, Payment by Electronic Funds Transfer – System for Award Management (Jul 2013) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.242-15, Stop-Work Order (Aug 1989) 52.247-34, F.O.B. Destination (Nov 1991) 52.252-2, Clauses Incorporated by Reference (Feb 1998) Offerors shall include a completed copy of 52.212-3 and it’s ALT I with quotes, if the representation and certification is not available via SAM.gov. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Oct 2016) DFARS 252.204-7000, Disclosure of Information (Oct 2016) DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992) DFARS 252.204-7004 ALT A, System for Award Management (Feb 2014) DFARS 252.204-7005, Oral Attestation of Security Responsibilities (Nov 2001) DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016) DFARS 252.204-7011, Alternative Line Item Structure (Sept 2011) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System (PPIRS) – Statistical Reporting in Past Performance Evaluations (Jun 2015) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7048, Export Controlled Items (Jun 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.244-7000, Subcontracts for Commercial Items and Commercial Components (DoD Contracts) (Jun 2013) DFARS 252.247-7023, Transportation of Supplies by Sea (Apr 2014) DFARS 252.231-7000 Supplemental Cost Principles. DFARS 252.225-7031 Secondary Arab Boycott of Israel. This announcement will close at 11:59 PM ET on Monday, 04/15/2019. Contact Andrea Connors at (207) 438-3874 or andrea.connors@navy.mil or Christopher Dooley at 207-994-0374 or email Christopher.w.Dooley@navy.mil. Oral communications are not acceptable in response to this notice. 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 solicitation represents the lowest priced technically acceptable offer. Quotes will be evaluated based on the following criteria: - Technical Acceptability · Model Number and data sheet of proposed forklifts provided o Must meet specifications outlined in the above Statement of work. · Ability to meet 5/21/19 delivery date – NO EXCEPTIONS - Price 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 ********
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »