Electric Forklift Rental
Amendment 0002: The purpose of this amendment is to extend the response date to 03 July 2019 to provide additional time for offer submission. Any offerors that have submitted a quote previously may pr... Amendment 0002: The purpose of this amendment is to extend the response date to 03 July 2019 to provide additional time for offer submission. Any offerors that have submitted a quote previously may provide a revised one. Amendment 0001: The purpose of this amendment is to address industry questions. Q01: How many hours is the lift estimated to be used annually? Monthly? A01: First and foremost, the fork lift has to be available 24/7 to meet urgent Fleet support requirements. We use the fork lift approximately 15 hours per week, so monthly usage would be approximately 60 hours. Q02: At which times of the year will the lift be used mostly? A02: We use the fork lift consistently throughout the entire year to support the fleet on a 24/7 basis. Q03: Confirm the max lifting height required for this forklift? Also, what is the application on this job? A03: We lift cable reels as heavy as 10, 000 lbs. Some of our less heavier reels are stored in bins which require us to lift them as high as 15 feet. PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitation to the internet. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-19-Q-1986. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order for the rental of an electric forklift for one (1) base year and four (4) one-year Option years. The North American Industry Classification System (NAICS) Code is 811310. The Small Business Size Standard is 500 employees. This procurement is being solicited as a small business set-aside, as concurred with by the NUWCDIVNPT Office of Small Business Programs. For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below. CLIN 0001: Electric forklift with the following minimum requirements a. Electric forklift, sit-down, with side shifter b. Lifting capacity (minimum): 11,000 lbs c. Fork tines (minimum): 65" long d. Physical dimensions for body and forks (maximum): 170" length x 92" high (in lowered position) e. Wheel base (from outside tire to outside tire) (maximum): 56" f. Must meet all NAVSUP P-538 requirements and having all appropriate markings g. Battery charger h. 6 month maintenance check i. Rental (not lease) Quantity/ Period of Performance: Quantity of one electric forklift for: One (1) base year and four (4) one-year Option years CLIN 0002: Shipping in support of CLIN 0001. FOB Destination, Newport RI, 02841 The CLIN structure also identifies the Government Minimum Specifications. Offerors must submit detailed product information along with the quote, to demonstrate quoted items meet the requirements. The Government shipping method will be FOB Destination. Please include applicable charges. The Government has determined that this requirement does not include Electronic Information Technology (EIT), therefore, Section 508 requirements do not apply. In accordance with DFAR Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government's unit acquisition cost is $5,000.00 or more. If UID applies, payment will be via Invoice, Receipt, Acceptance and Property Transfer (iRAPT, formerly known as Wide Area Workflow (WAWF)). The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circulars. The provision at FAR 52.212-1 Instructions to Offerors--Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3 Offeror Representations and Certifications-- Commercial Items applies to this solicitation. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. The provision at DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls applies to this solicitation. The clause at DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support applies to this solicitation. In order to be determined technically acceptable: (1) the offeror must quote items which meet the requirements specified, no substitutions allowed, in the required quantities; and (2) the Government will consider past performance information in accordance with DFARS provision 252.213-7000 where negative information within PPIRS-SR, now known as SPRS, may render a quote being deemed technically unacceptable. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Offerors shall include the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. Offers must be e-mailed directly to Franklin Patton at Franklin.Patton@navy.mil. Offers must be received no later than 2:00 p.m. (EST) on Thursday, 27 June 2019. Offers received after this date and time will not be considered for award. For information on this acquisition, contact Franklin Patton at Franklin.Patton@navy.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »