Manlift Repair
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: W911YN-19-Q-5004 Posted Date: 05/07/2019 Original Response Da... COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: W911YN-19-Q-5004 Posted Date: 05/07/2019 Original Response Date: 06/07/2019 Current Response Date: 06/21/2019 Product or Service Code: J035 Set Aside: TOTAL SMALL BUSINESS NAICS Code: 811310 Contracting Office Address 14300 FANG DRIVE JACKSONVILLE, FL 32218 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for proposal (RFP). The associated North American Industrial Classification System (NAICS) code for this procurement is 811310, with a small business size standard of $7.5 million. The Florida Air National Guard Contracting Office is seeking to purchase the services of replacing telescopic cable, cable pulley, and perform annual safety inspection and repairs on 2JLG 600S Manlifts and 1 Genie S60 Manlift. All interested companies shall provide a proposal for the following: Services Line Item Description Quantity Total Price CLIN 0001 Replace Telescopic Cable and Cable Pulley and calibrate in accordance with manufacturers specifications on two JLG 600S Manlifts and one Genie Manlift S60 1 JOB CLIN 0002 Annual Safety Inspection as required by OSHA 3 EACH CLIN 0003 Manlift Repairs on Genie S60 - Serial Number S6007-16348 IAW SOW 1 JOB CLIN 0004 Manlift Repairs on JLG 600S Serial Number: 0300131723 1 JOB CLIN 0005 Manlift Repairs On JLG 600S Serial Number: 0300131726 1 JOB CLIN 0006 CMRA 1 EACH Award shall be made to the offeror whose proposal offers the best value to the government. The government will evaluate information based on the following evaluation criteria: Lowest Price Technically Acceptable. Evaluation Criteria: A firm-fixed price contract will be awarded to the Lowest Priced Technically Acceptable (LPTA) offer. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, "Instructions to Offerors-Commercial Items" - January 2017 2. FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items" January 2017 Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FEDERAL ACQUISITION REGULATION APPLICABLE PROVISIONS AND CLAUSES FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements (Jan 2017) FAR 52.204-7 System for Award Management (Oct 2016) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) FAR 52.204-13 System for Award Management Maintenance (Jul 2013) FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-18 Commercial and Government entity Code Maintenance (Jul 2016) FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - Representation (Nov 2015) FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (May 2015) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2016) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION 2013-O0019)(NOV 2017) FAR 52.217-5 Evaluation of Options (Jul 1990) FAR 52.217-8 Option to Extend Services (Nov 1999) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-28 Post-Award Small Business Program Representation (Jul 2013) FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 Equal Opportunity (Sep 2016) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) FAR 52.222-41 Service Contract Labor Standards (May 2014) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) FAR 52.222-50 Combating Trafficking in Persons (Mar 2015) FAR 52.222-55 Minimum Wages Under Executive Order 13658 (Dec 2015) FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017) FAR 52.223-1 Biobased Product Certification (May 2012) FAR 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts (Sep 2013) FAR 52.223-5 Pollution Prevention and the Right to Know Information (May 2011) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33 Payment by Electronic Funds Transfer--System of Award Management Registration (Jul 2013) FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) FAR 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. DEFENSE FEDERAL ACQUISITION REGULATION APPLICABLE PROVISIONS AND CLAUSES DFARS 252.201-7000 Contracting Officer's Representative (Dec 1991) 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 (Nov 2011) DFARS 252.204-7004 Alt A System for Award Management (Feb 2014) DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 2016) DFARS 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations (Jun 2015) DFARS 252-223-7008 Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7000 Buy American-Balance of Payments Program Certificate (Nov 2014) DFARS 252.225-7001 Buy American and Balance of Payments Program (Aug 2016) DFARS 252.225-7048 Export-Controlled Items (Jun 2013) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) (10 U.S.C. 2227) DFARS 252-232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.237-7010 Prohibition of Interrogation of Detainees by Contractor Personnel (Jun 2013) DFARS 252.244-7000 Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023 Transportation of Supplies by Sea (Apr 2014) DFARS 252.232-7006 Wide Area Work Flow (WAWF) Payment Instructions: Quoters must be registered in WAWF to be considered for award unless government purchase card is utilized for procurement. Registration can be completed on-line at https://wawf.eb.mil. The WAWF Assistance Line is also available at 1-866-618-5988. This is a Small Business Set Aside combined synopsis/solicitation for services described in the statement of work. The government intends to award a FFP purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Specialist: Katie Perna; katie.m.perna.mil@mail.mil NOT LATER THAN 7 calendar days prior to the solicitation close date.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »