36,000 POUND FORKLIFT RENTAL
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 inform... 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 N3904020Q0111 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) 2020-04, and Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20200114. 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 North American Industry Classification System (NAICS) is 532490. The small Business Size Standard is $35M 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 Portsmouth Naval Shipyard requests responses from sources capable of providing the following: The rental of a 36000 Pound Forklift, in accordance with the attached Request for Quote. REQUIREMENTS: CAPACITY/TYPE: 36,000 Pounds COUNTERBALANCED (Hyster H360 preferred) POWER TYPE: Gas or Diesel (Gas preferred) LIFT HEIGHT: 150" MAX COLLAPSED HEIGHT: 144" FORK DIMENSIONS: 108"X 8"X 3.5"(Preferred) 84"X 8"X 3.5" (Minimum) STANDARD REQUIREMENTS (ALL FORKLIFTS: - Shall be no older than eight years - Manufacturer’s data plate containing, at a minimum, make, model, fork and mast type, and serial number - Serviceable pneumatic or solid pneumatic tires - Enclosed cab with heater, defrost, and wipers - Integral side-shift and hydraulic fork positioners - Lifting and tie-down provisions for lifting by crane without additional special handling gear (Lifting and tie-down points shall be clearly marked) - 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) - Center of gravity clearly marked on side of forklift - Light package to include two front and one rear working light and two brake/tail/back-up combination lights - Operator controls shall be properly and clearly marked - UL safety rated DS/GS/LPS with type designation labels applied to both side and rear of forklift 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) 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. (See above, Statement of Work (SOW), and evaluation criteria listed at end of notice) Delivery: Rental to be delivered to Pease Air Force Base, Portsmouth, NH. Period of Performance will be 04/1/2020-10/1/2020 for the base year, with an option for three months with the potential to extend through 1/1/2021. *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) 52.204-7, System for Award Management (July 2013) 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 its 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 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors. DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7031, Secondary Arab Boycott of Israel. DFARS 252.225-7048, Export Controlled Items (Jun 2013) DFARS 252.231-7000, Supplemental Cost Principles. 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) 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. This announcement will close at 4:00 PM ET on Monday, 03/16/2020. Contact Andrea Connors at 207-994-0512 or email andrea.connors@navy.mil. Oral communications are not acceptable in response to this notice. METHOD OF PROPOSAL SUBMISSION: Offers shall be emailed. All responsible sources may submit a quote, which shall be considered by the agency. 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 forklift provided - Must meet specifications outlined in the above Statement of work Ability to meet 4/1/20 delivery date – NO EXCEPTIONS Price This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. All quotes shall include price(s), a point of contact, name, email address, phone/FAX number, CAGE Code, technical specifications of units offered (including brand), business size under the NAICS Code, and payment terms. At a minimum, quotes shall contain the completed RFQ form (attached). Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Quotes will not be accepted by facsimile. ******* End of Combined Synopsis/Solicitation ********
Data sourced from SAM.gov.
View Official Posting »