Manlift Rental NBPL San Diego CA (№6764932)

06 mar

Number: 6764932

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


06-03-2018

Description


Manlift Rental NBPL San Diego CASolicitation Number: N3904018Q0122
Agency: Department of the Navy
Office: Naval Sea Systems Command
Location: Portsmouth Navy Shipyard

Solicitation Number: N3904018Q0122

Notice Type: Award

Contract Award Date: February 16, 2018

Contract Award Number: N3904018P0141

Contract Award Dollar Amount: $52272.00

Contractor Awarded Name: Indian Eyes, LLC

Synopsis: Added: Feb 05, 2018 2:37 pm

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 13, 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 FEDBIZOPPS (www.fbo.gov). The RFQ number is N3904018Q0122. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-96 effective 06 Nov 2017, and DPN 20171228 effective 28 Dec 2017. 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 the following address: http://farsite.hill.af.mil/. The NAICS code is 532490. This is a Small Business Set-Aside. Under this NAICS Code, the Small Business Size Standard is $32.5 million.


Portsmouth Naval Shipyard (PNS) requests responses from qualified sources capable of providing the: Rental of three (3) JLG 600 Series Model AJ 60 ft. Manlifts, and; Rental of two (2) JLG 600 series Model S 60 ft. Manlifts. The Place of Performance is Portsmouth Naval Shipyard Detachment Naval Base Point Loma, San Diego, CA. The Period of Performance (POP) is twenty-three (23) weeks from 02/20/2018-07/31/2018 with an option to extend six (6) weeks to 08/28/2018 for the AJ Models. The Period of Performance (PoP) is six (6) weeks from 02/20/2018-04/3/2018 with an option to extend two (2) weeks to 04/17/2018 for the S models.



ITEM DESCRIPTION


0001 Rental of one (1) JLG brand 600 AJ Model Series Manlift IAW Attachment 1 Statement of Work. POP = 02/20/2018-07/31/2018



0002 Rental of one (1) JLG brand 600 AJ Model Series Manlift IAW Attachment 1 Statement of Work. POP = 02/20/2018-07/31/2018



0003 Rental of one (1) JLG brand 600 AJ Model Series Manlift IAW Attachment 1 Statement of Work. POP = 02/20/2018-07/31/2018



0004 Rental of one (1) JLG brand 600 S Model Series Manlift IAW Attachment 1 Statement of Work. POP = 02/20/2018-04/03/2018



0005 Rental of one (1) JLG brand 600 S Model Series Manlift IAW Attachment 1 Statement of Work. POP = 02/20/2018-04/03/2018



1001 Option to Extend Rental of one (1) JLG brand 600 AJ Model Series Manlift IAW Attachment 1 Statement of Work. POP = 08/01/2018-08/28/2018



1002 Option to Extend Rental of one (1) JLG brand 600 AJ Model Series Manlift IAW Attachment 1 Statement of Work. POP = 08/01/2018-08/28/2018



1003 Option to Extend Rental of one (1) JLG brand 600 AJ Model Series Manlift IAW Attachment 1 Statement of Work. POP = 08/01/2018-08/28/2018



1004 Option to Extend Rental of one (1) JLG brand 600 S Model Series Manlift IAW Attachment 1 Statement of Work. POP = 04/04/2018-04/17/2018



1005 Option to Extend Rental of one (1) JLG brand 600 S Model Series Manlift IAW Attachment 1 Statement of Work. POP = 04/04/2018-04/17/2018





*PRICES MUST BE FOB DELIVERED/DESTINATION TO NAVAL BASE POINT LOMA, SAN DIEGO, CA.


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:


52.204-7, System for Award Management (July 2013)


52.204-13, SAM Maintenance (July 2013)


52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014)


52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014)


52.212-1, Instructions to Offerors - Commercial Items


52.212-2, Evaluation - Commercial Item (Jan 1999)


52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items


52.212-4, Contract Terms and Conditions - Commercial Items


52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items


52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012)




52.219-1, Small Business Program Representations


52.219-6, Notice of Total Small Business Set-Aside


52.219-28, Post Award Small Business Representation (July 2013)


52.222-3, Convict Labor (June 2003)


52.222-19, Child Labor-Cooperation With Authorities and Remedies (Mar 2012)


52.222-21, Prohibition of Segregated Facilities (Feb 1999)


52.222-26, Equal Opportunity (Mar 2007)


52.222-36, Affirmative Action for Workers with Disabilities (July 2014)


52.222-42, Statement of Equivalent Rates (May 2014)


52.222-50, Combating Trafficking in Persons (Mar 2015)


52.223-3, Hazardous Material Identification & Material Safety Data


52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011)


52.225-13, Restriction on Foreign Purchases (June 2008)


52.232-33, Payment by Electronic Funds Transfer - SAM (July 2013)


52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)




52.233-2, Service of Protest


52.233-3, Protest After Award (Aug 1996)


52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013)


52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)


52.252-2, Clauses Incorporated by Reference


52.252-6 Authorized Deviations in Clauses


Offerors shall include a completed copy of 52.212-3 and its Alt I with quote submission, 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 252.204-7003, Control of Government Personnel Work Product (April 1992)


DFARS 252.204-7011, Alternative Line Item Structure (Sept 2011)


DFARS 252.204-7012, Safeguarding Unclassified Controlled Technical Information (Nov 2013)


DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014)


DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011)


DFARS 252.225-7048, Export Controlled Items (Jun 2013)


DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008)


DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013)


DFARS 252.232-7010, Levies on Contract Payments (Dec 2006)


DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010)


DFARS 252.247-7023, Transportation of Supplies by Sea (April 2014)


This announcement will close at 12:00 PM ET on Wednesday, 02/14/2018. For questions o regarding this notice, please contact Ashley Firth by email at

ashley.firth@navy.mil, or by phone at 207-438-2205. 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 will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated based on the following criteria:


•· Technical Acceptability


•· Price


•· Adherence to Schedule (The Contracting Officer reserves the right to award based on ability to meet desired schedule.)


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 Offerors, and the Addendum to FAR 52.212-1 and determined to be either acceptable or unacceptable. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items.



Technical Evaluation Ratings:



Rating: Acceptable


Description: Submission clearly meets the minimum requirements of the solicitation



Rating: Unacceptable


Description: 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.



System for Award Management (SAM): Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at

http://www.sam.gov/.



METHOD OF PROPOSAL SUBMISSION:


All quotes must be sent via email to:

[email protected].


All Offerors are requested to fill out the Attachment 2, RFQ Form, in its entirety, and to provide supporting equipment data sheet(s) for each of the JLG Manlift unit(s) it proposes to provide in response to the RFQ. No deviation from the Statement of Work is authorized.



All quotes shall include the Offeror"s price(s), a point of contact name and phone number, CAGE Code, technical specifications of units offered, business size under NAICS Code 532490, and payment terms. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Quotes in excess of fifteen (15) pages in total will not be accepted by email.



******* End of Combined Synopsis/Solicitation ********




Please consult the list of

document viewers if you cannot open a file. RFQ Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: RFQ

Posted Date: February 5, 2018



RFQ_N3904018Q0122.doc (57.50 Kb) Description: RFQ and SOW



Contracting Office Address: Building 170
Kittery, Maine 03904-5000
United States


Place of Performance: Naval Base Point Loma
San Diego, California 92106
United States


Primary Point of Contact.: Ashley Firth

[email protected] Phone: 2074382205