Rental of 1ea 6K and 1ea 10K counterbalanced forklift

expired opportunity(Expired)
From: Federal Government(Federal)
N3904023Q0059

Basic Details

started - 02 Feb, 2023 (13 months ago)

Start Date

02 Feb, 2023 (13 months ago)
due - 10 Feb, 2023 (13 months ago)

Due Date

10 Feb, 2023 (13 months ago)
Bid Notification

Type

Bid Notification
N3904023Q0059

Identifier

N3904023Q0059
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698005)DEPT OF THE NAVY (154913)NAVSEA (27757)NAVSEA SHIPYARD (4791)PORTSMOUTH NAVAL SHIPYARD GF (1416)

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

02 Feb. 2023COMBINED SYNOPSIS/SOLICITATIONThis is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12, using Simplified Acquisition Procedures, 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 Beta.SAM. The Request for Quotation (RFQ) number is N3904021Q0059. This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-1128 and DFARS Change Notice 2022-0928. 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
rel="no-follow" href="http://www.acq.osd.mil/dpap/dars/change_notices.html.The" target="_blank">http://www.acq.osd.mil/dpap/dars/change_notices.html.The NAICS code is 532412 and the Small Business Standard is $35.0 million.The Portsmouth Naval Shipyard requests responses from sources capable of providing the following:ITEMDESCRIPTIONQUANTITYUNIT PRICETOTAL00016K Counterbalance, Pneumatic, IC ForkliftAccordance with attached Statement of Work.POP: 20 Apr. 2023 to 19 Apr. 2024 12 Months00028K-10K Counterbalance, Pneumatic, IC ForkliftAccordance with attached Statement of Work.POP: 20 Apr. 2023 to 19 Apr. 202412 Months10016K Counterbalance, Pneumatic, IC ForkliftAccordance with attached Statement of Work.POP: 20 Apr. 2024 to 19 Oct. 2024 6 Months10028K-10K Counterbalance, Pneumatic, IC ForkliftAccordance with attached Statement of Work.POP: 20 Apr. 2024 to 19 Oct. 20246 Months20016K Counterbalance, Pneumatic, IC ForkliftAccordance with attached Statement of Work.POP: 20 Oct. 2024 to 19 Apr. 2025 6 Months20028K-10K Counterbalance, Pneumatic, IC ForkliftAccordance with attached Statement of Work.POP: 20 Oct. 2024 to 19 Apr. 20256 Months30016K Counterbalance, Pneumatic, IC ForkliftAccordance with attached Statement of Work.POP: 20 Apr. 2025 to 19 Oct. 20256 Months30028K-10K Counterbalance, Pneumatic, IC ForkliftAccordance with attached Statement of Work.POP: 20 Apr. 2025 to 19 Oct. 20256 Months40016K Counterbalance, Pneumatic, IC ForkliftAccordance with attached Statement of Work.POP: 20 Oct. 2025 to 19 Apr. 20266 Months40028K-10K Counterbalance, Pneumatic, IC ForkliftAccordance with attached Statement of Work.POP: 20 Oct. 2025 to 19 Apr. 20266 MonthsPeriod of Performance (BASE) is 20 Apr. 2023 to 19 Apr. 2024 with 6 month of options period 20 Apr. 2024 to 19 Apr. 2026.Place of performance is: Portsmouth Naval Shipyard, Kittery Maine 03904.Security Requirements: Security Plan will be required.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 provisions and clauses are applicable to this procurement:52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements52.204-2 Security Requirements52.204-7 System for Award Management52.204-9 Personal Identity Verification of Contractor Personnel52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards52.204-13 System for Award Management Maintenance52.204-16 Commercial and Government Entity Code Reporting52.204-17 Ownership or Control of Offeror52.204-18 Commercial and Government Entity Code Maintenance52.204-19 Incorporation by Reference of Representations and Certifications.52.204-20 Predecessor of Offeror52.204-21 Basic Safeguarding of Covered Contractor Information Systems52.204-22 Alternative Line Item Proposal52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred52.209-7 Information Regarding Responsibility Matters52.209-10 Prohibition on Contracting With Inverted Domestic Corporations52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction52.211-14 Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use52.211-15 Defense Priority And Allocation Requirements52.212-1 Instructions to Offerors--Commercial Items52.212-2 Evaluation - Commercial Item52.212-3 Alt 1 Offeror Representations and Certifications--Commercial Items52.212-4 Contract Terms and Conditions--Commercial Items52.215-5 Facsimile Proposals52.216-1 Type of Contract: Firm Fixed Price52.217-5 Evaluation of Options52.217-7 Option for Increased Quantity-Separately Priced Line Item.52.217-9 Option to Extend the Term of the Contract52.219-1 Alt Small Business Program Representations52.219-28 Post-Award Small Business Program Representation52.222-3 Convict Labor52.222-19 Child Labor -- Cooperation with Authorities and Remedies52.222-21 Prohibition Of Segregated Facilities52.222-26 Equal Opportunity52.222-36 Equal Opportunity for Workers with Disabilities52.222-41 Service Contract Labor Standards52.222-42 Statement Of Equivalent Rates For Federal Hires52.222-50 Combating Trafficking in Persons52.222-55 Minimum Wages Under Executive Order 1365852.223-3 Hazardous Material Identification & Material Safety Data52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons.52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -- Representation.Foreign Purchases52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions52.232-19 Availability of Funds Next Fiscal Year52.232-33 Payment by Electronic Funds Transfer--System for Award Management52.232-36 Payment by Third Party52.232-39 Unenforceability of Unauthorized Obligations52.232-40 Providing Accelerated Payments to Small Business Subcontractors52.233-2 Service of Protest52.233-3 Protest After Award52.233-4 Applicable Law for Breach of Contract Claim52.237-2 Protection Of Government Buildings, Equipment, And Vegetation52.242-15 Stop-Work Order52.247-34 F.O.B. Destination52.248-1 Value Engineering52.252-1 Solicitation Provisions Incorporated By Reference52.252-2 Clauses Incorporated By Reference52.252-6 Authorized Deviations in ClausesC-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (OCT 2018)C-211-H001 ACCESS TO THE VESSEL(S) (NAVSEA) (OCT 2018)C-211-H018 APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019)C-222-H002 DEPARTMENT OF LABOR SAFETY AND HEALTH STANDARDS FOR SHIPBUILDING (NAVSEA) (OCT 2018)C-223-H003 EXCLUSION OF MERCURY (NAVSEA) (MAR 2019)C-223-H004 MANAGEMENT AND DISPOSAL OF HAZARDOUS WASTE (NAVSEA) (MAR 2019)C-223-N002 RESTRICTIONS ON USE OF YELLOW MATERIAL (NAVSEA) (OCT 2018)C-228-H001 INDEMNIFICATION FOR ACCESS TO VESSEL (NAVSEA) (DEC 2018)C-237-H001 ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (OCT 2018)C-247-H001 PERMITS AND RESPONSIBILITIES (NAVSEA) (DEC 2018)D-247-H002 PACKAGING OF SUPPLIES—BASIC (NAVSEA) (OCT 2018)E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (OCT 2018)G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018)G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE (NAVSEA) (JUN 2018)G-232-H004 GOVERNMENT PURCHASE CARD METHOD OF PAY (NAVSEA) (OCT 2018)G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019)G-242-H002 HOURS OF OPERATION AND HOLIDAY SCHEDULE (NAVSEA) (OCT 2018)H-223-N001 INFORMATION ON EXPOSURE TO HAZARDOUS MATERIAL (NAVSEA) (JAN 2019)Quoters should include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional DFARS contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials252.203-7002 Requirement to Inform Employees of Whistleblower Rights252.203-7005 Representation Relating to Compensation of Former DoD Officials252.204-7003 Control Of Government Personnel Work Product252.204-7005 Oral Attestation of Security Responsibilities252.204-7006 Billing Instructions252.204-7008 Compliance With Safeguarding Covered Defense Information Controls252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors.252.223-7008 Prohibition of Hexavalent Chromium252.225-7001 Buy American and Balance of Payments Program.252.225-7002 Qualifying Country Sources as Subcontractors252.225-7031 Secondary Arab Boycott of Israel252.225-7048 Export-Controlled Items252.231-7000 Supplemental Cost Principles252.232-7003 Electronic Submission of Payment Requests and Receiving Reports252.232-7006 Wide Area WorkFlow Payment Instructions252.232-7010 Levies on Contract Payments252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel252.243-7001 Pricing of Contract Modifications.252.244-7000 Subcontracts for Commercial Items252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System252.246-7008 Sources of Electronic Parts252.247-7023 Transportation of Supplies by Sea52.212-2, 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. The contract will be awarded to the vendor with the Lowest Price Technically Acceptable. Quotes will be evaluated based on the following criteria:- Technical Acceptability (Must meet specifications and document capabilities)- Adherence to Schedule (Award may be made based on delivery and ability to meet the requested schedule)- Price (Lowest Price Technically Acceptable, after adherence to other factors)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. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items.Technical:Please provide documentation demonstrating your capabilities in fulfilling the SOW.Technical Evaluation RatingsRatingDescriptionAcceptableSubmission clearly meets the minimum requirements of the solicitationUnacceptableSubmission does not clearly meet the minimum requirements of the solicitationIf 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.Schedule:Please confirm availability for requested period of performance. If your company is unavailable for the requested period, please provide earliest available start. Please provide your best and fastest schedule. Award may be made to the vendor who can provide the soonest execution.Price:The Price will be evaluated as Lowest Price Technically Acceptable, however, the Contracting Officer reserves the right to award based on ability to meet the required schedule.Past Performance:PPIRS/CPARS information will be utilized to evaluate Past Performance and be rated on an acceptable/unacceptable basis. Vendors with no past performance information in the systems will be rated as “Acceptable”.This announcement will close at 01:00 PM ET local time on 30 June 2020. Contact Victoria MacLellan who can be reached by email victoria.maclellan@navy.mil.METHOD OF PROPOSAL SUBMISSION: Offers shall be emailed (or faxed to 207-438-4193). All responsible sources may submit a quote which shall be considered by the agency.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/.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.******* End of Combined Synopsis/Solicitation ********

Kittery ,
 ME  03904  USALocation

Place Of Performance : N/A

Country : United StatesState : MaineCity : Kittery

Classification

naicsCode 532412Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
pscCode W039Lease or Rental of Equipment: Materials Handling Equipment