Maine Bids > Bid Detail

RENTAL OF (3) JLG 600 AJ AND (2)JLG 600 S BRAND NAME LIFTS

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159479121665100
Posted Date: Apr 25, 2023
Due Date: Apr 28, 2023
Solicitation No: N3904023PSE2184REVISED
Source: https://sam.gov/opp/c7bab20e34...
Follow
RENTAL OF (3) JLG 600 AJ AND (2)JLG 600 S BRAND NAME LIFTS
Active
Contract Opportunity
Notice ID
N3904023PSE2184REVISED
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA SHIPYARD
Office
PORTSMOUTH NAVAL SHIPYARD GF
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 25, 2023 12:29 pm EDT
  • Original Date Offers Due: Apr 28, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 13, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: W039 - LEASE OR RENTAL OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT
  • NAICS Code:
    • 532490 - Other Commercial and Industrial Machinery and Equipment Rental and Leasing
  • Place of Performance:
    Kittery , ME 03904
    USA
Description

This 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 SAM.gov.





The Request for Quotation (RFQ) number is N3904023PSE2184. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-01 and DFARS Change Notice 2023-0322. 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 NAICS code is 532490. The small business size standard for NAICS Code 532490 is $35 Million. This procurement is being solicited as a Small Business Set Aside.





This requirement is a BRAND NAME MANDATORY solicitation to the original equipment manufacturer JLG.



The Portsmouth Naval Shipyard requests responses from sources capable of providing the following:





Rental of 3 600AJ and 2 600S JLG Manlifts IAW the Statement of Work.





See attached Request for Quotation (RFQ) sheet for details.





• Place of Performance: Portsmouth Naval Shipyard, Kittery, ME.



• Period of Performance:



4 UNITS (2 AJ / 2 S) POP 7/3/2023 - 9/3/2023



1 UNIT (1 AJ) 7/3/2023 - 7/2/2024



Option period 1: 7/3/2024 - 7/2/2025



• Award may be made based on fastest delivery.





Please include payment terms and the primary point of contact in the quotation.





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:





52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements – Representation



52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements



52.204-1 Approval of Contract



52.204-2 Security Requirements



52.204-7 System for Award Management



52.204-9 Personal Identity Verification of Contractor Personnel



52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards



52.204-12 Unique Entity Identifier



52.204-13 System for Award Management Maintenance



52.204-16 Commercial and Government Entity Code Reporting



52.204-17 Ownership or Control of Offeror



52.204-18 Commercial and Government Entity Code Maintenance



52.204-19 Incorporation by Reference of Representations and Certifications.



52.204-20 Predecessor of Offeror



52.204-21 Basic Safeguarding of Covered Contractor Information Systems



52.204-22 Alternative Line Item Proposal



52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.



52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment



52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation



52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred



52.209-7 Information Regarding Responsibility Matters



52.209-10 Prohibition on Contracting With Inverted Domestic Corporations



52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction



52.211-6 Brand Name or Equal



52.211-11 Liquidated Damages-Supplies, Services, or Research and Development. ---------?



52.211-13 Time Extensions. -------?



52.211-14 Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use



52.211-15 Defense Priority And Allocation Requirements



52.211-17 Delivery of Excess Quantities



52.212-1 Instructions to Offerors--Commercial Items



52.212-2 Evaluation - Commercial Item



52.212-3 Alt 1 Offeror Representations and Certifications--Commercial Items



52.212-4 Contract Terms and Conditions--Commercial Items



52.215-5 Facsimile Proposals



52.216-1 Type of Contract: Firm Fixed Price



52.217-5 Evaluation of Options



52.217-7 Option for Increased Quantity-Separately Priced Line Item.



52.217-9 Option to Extend the Term of the Contract



52.219-1 Alt Small Business Program Representations



52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns



52.219-6 Notice of Total Small Business Set-Aside



52.219-8 Utilization of Small Business Concerns



52.219-28 Post-Award Small Business Program Representation



52.222-3 Convict Labor



52.222-19 Child Labor -- Cooperation with Authorities and Remedies



52.222-21 Prohibition Of Segregated Facilities



52.222-26 Equal Opportunity



52.222-36 Equal Opportunity for Workers with Disabilities



52.222-41 Service Contract Labor Standards



52.222-42 Statement Of Equivalent Rates For Federal Hires



52.222-50 Combating Trafficking in Persons



52.222-55 Minimum Wages Under Executive Order 13658



52.223-3 Hazardous Material Identification & Material Safety Data



52.223-6 Drug-Free Workplace



52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons.



52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving



52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -- Representation.



52.225-1 Buy American—Supplies



52.225-3 Buy American –Free Trade Agreements – Israeli Trade Act



52.225-5 Trade Agreements



52.225-13 Restrictions on Certain Foreign Purchases



52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions



52.232-19 Availability of Funds Next Fiscal Year



52.232-33 Payment by Electronic Funds Transfer--System for Award Management



52.232-36 Payment by Third Party



52.232-39 Unenforceability of Unauthorized Obligations



52.232-40 Providing Accelerated Payments to Small Business Subcontractors



52.233-2 Service of Protest



52.233-3 Protest After Award



52.233-4 Applicable Law for Breach of Contract Claim



52.237-2 Protection Of Government Buildings, Equipment, And Vegetation



52.242-15 Stop-Work Order



52.247-34 F.O.B. Destination



52.248-1 Value Engineering



52.252-1 Solicitation Provisions Incorporated By Reference



52.252-2 Clauses Incorporated By Reference



52.252-6 Authorized Deviations in Clauses





C-202-H001 ADDITIONAL DEFINITIONS – BASIC (NAVSEA)(OCT 2018)



C-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-212-W002 COMMERCIAL SUPPLIER AGREEMENTS



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-246-H001 EXTENSION OF COMMERCIAL WARRANTY



C-247-H001 PERMITS AND RESPONSIBILITIES (NAVSEA) (DEC 2018)



D-247-H002 PACKAGING OF SUPPLIES—BASIC (NAVSEA) (OCT 2018)



D-247-H004 MARKING AND PACKING LIST-BASIC (NAVSEA) (OCT 2012)



D-247-W001 PROHIBITED PACKING MATERIALS (NAVSEA) (OCT 2018)



E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (OCT 2018)



F-211-W001 PARTIAL DELIVERIES (NAVSEA) (OCT 2018)



F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERY



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-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018)



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 Officials



252.203-7002 Requirement to Inform Employees of Whistleblower Rights



252.203-7003 Agency Office of the Inspector General



252.203-7005 Representation Relating to Compensation of Former DoD Officials



252.204-7003 Control Of Government Personnel Work Product



252.204-7004 Alt A, System for Award Management



252.204-7005 Oral Attestation of Security Responsibilities



252.204-7006 Billing Instructions



252.204-7008 Compliance With Safeguarding Covered Defense Information Controls



252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident



252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting



252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support



252.211-7003 Item Unique Identification and Valuation



252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System



252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors.



252.223-7008 Prohibition of Hexavalent Chromium



252.225-7001 Buy American and Balance of Payments Program.



252.225-7002 Qualifying Country Sources as Subcontractors



252.225-7031 Secondary Arab Boycott of Israel



252.225-7048 Export-Controlled Items



252.231-7000 Supplemental Cost Principles



252.232-7003 Electronic Submission of Payment Requests and Receiving Reports



252.232-7006 Wide Area WorkFlow Payment Instructions



252.232-7010 Levies on Contract Payments



252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel



252.243-7001 Pricing of Contract Modifications.



252.244-7000 Subcontracts for Commercial Items



252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System



252.246-7008 Sources of Electronic Parts



252.247-7023 Transportation of Supplies by Sea









Copies of NAVSEA Texts available upon request





The Government will award a purchase order resulting from this solicitation to the responsible vendor whose quote is determined to be the most advantageous to the government. Quotes will be evaluated based on the following criteria:





1. Technical Acceptability (Must meet specifications and document capabilities)



2. Adherence to Schedule (Award may be made based on delivery and ability to meet the requested schedule)



3. Price



4. Past Performance





Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation. 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 Ratings



Rating



Description



Acceptable



Submission clearly meets the minimum requirements of the solicitation



Unacceptable



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.





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. If no vendor can meet the requested schedule, award may be based on quickest mobilization.





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:



CPARS information will be utilized to evaluate vendor responsibility 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 on Friday, 28 April 2023, 12:30 PM EST. Contact Bob Watters via email. robert.n.watters.civ@us.navy.mil





System for Award Management (SAM): Vendors must be registered in the SAM database to get the 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 and phone number, CAGE Code, and payment terms.



Quotes will not be accepted by facsimile. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.







***** End of Combined Synopsis/Solicitati


Attachments/Links
Contact Information
Contracting Office Address
  • PORTSMOUTH NH 03801-5000
  • PORTSMOUTH , NH 03801-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 25, 2023 12:29 pm EDTSolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >