Maine Bids > Bid Detail

Intent to Sole Source One (1) JLG 185' Man-Lift Model # 1850SJ

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159713191916440
Posted Date: May 10, 2023
Due Date: May 15, 2023
Solicitation No: 23Q0059
Source: https://sam.gov/opp/7a52098c04...
Follow
Intent to Sole Source One (1) JLG 185' Man-Lift Model # 1850SJ
Active
Contract Opportunity
Notice ID
23Q0059
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: May 10, 2023 10:17 am EDT
  • Original Published Date: May 10, 2023 09:48 am EDT
  • Updated Date Offers Due: May 15, 2023 02:00 pm EDT
  • Original Date Offers Due: May 15, 2023 02:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: May 17, 2023
  • Original Inactive Date: May 17, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • 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 View Changes

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 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 RFQ number is N3904023Q0126. This solicitation documents and incorporates provisions and clauses in effect through FAC; FEB 2023 and DFARS Change notice 27 Apr 2023. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.





The NAICS code is 532490 and the Small Business Standard is $40 Million. This is a 100% Total Small Business Set Aside.





The Portsmouth Naval Shipyard intends to award this as a BRAND NAME MANDATORY from qualified sources capable of providing:





Rental of Qty. One (1) JLG 185’ Man Lift Model # 1850SJ all in accordance with SOW/Spec’s. Place of performance Portsmouth Naval Shipyard, Kittery, ME. POP (Period of Performance) 01 June 2023 to 30 June 2023







Attachment Table of Contents






  • 23Q0126 - Attachment 1 - RFQ Sheet, JLG 1850SJ Man Lift,

  • 23Q0126 - Attachment 2 - JLG 1850SJ Man Lift, Spec’s

  • 23Q0126 - Attachment 3 - JLG 1850SJ Man Lift, Quality Assurance Surveillance (QASP)

  • 23Q0126 - Attachment 4 - JLG 1850SJ Man Lift, Limited Source Justification (LSJ)







Written quotes are required (oral offers will not be accepted). Quotes will be received by email only. Send to: wayne.d.evans3.civ@us.navy.mil







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







CLAUSES:





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, (https://www.acquisition.gov/browse/index/far)(https://www.acq.osd.mil/dpap/dars/change_notices.html),



and clauses are applicable to this procurement:





52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements





52.204-7 System for Award Management



52.204-9 Personal Identity Verification of Contractor Personnel



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



52.204-24 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



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



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



52.211-15 Defense Priority and Allocation Requirements



52.212-1 Instructions to Offerors--Commercial Items



52.212-2 Evaluation--Commercial Items



52.212-3 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



52.219-1 Small Business Program Representations



52.219-6 Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644)



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



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



52.223-5 Pollution Prevention and Right-to-Know Information



52.225-13 Restrictions on Certain Foreign Purchases



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



52.232-18 Availability of Funds



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



52.233-3 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



52.242-17 Government Delay of Work



52.246-4 Inspection of Services-Fixed-Price



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





The local clauses can be sent upon request.



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-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-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-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 shall include a completed copy of 52.212-3 and its ALT I with quotes. Additional DFARS, (https://www.acq.osd.mil/DPAP/dars/dfarspgi/current/index.html) 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



252.203-7005 Representation Relating to Compensation of Former DoD Officials



252.204-7003 Control of Government Personnel Work Product



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



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



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



252.223-7008 Prohibition of Hexavalent Chromium



P 252.225-7031 Secondary Arab Boycott of Israel



252.225-7048 Export-Controlled Items



252.231-7000 Supplemental Cost Principles



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



252.247-7023 Transportation of Supplies by Sea







Billing (G):



252.204-7006 Billing Instructions



252.232-7003 Electronic Submission of Payment Requests and Receiving Reports



252.232-7006 Wide Area Work Flow Payment Instructions






  1. GENERAL





In addition to FAR 52.212-1, Instructions to Offerors--Commercial Items and any other instructions contained elsewhere in this solicitation, the following information is provided:



Vendors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factor and elements of evaluation factor.





Failure to meet a requirement may result in an offer being ineligible for award. If the Vendor finds it necessary to take exception to any of the requirements specified in the solicitation, the Vendor shall clearly identify where it is addressed in its submission and provide a complete explanation of why the exception was taken, what benefit (if any) accrues to the Government, and its impact (if any) on the performance, schedule, cost and specific requirements of the solicitation. Each exception shall clearly identify the specific paragraph and/or part of the solicitation to which the exception is taken.





Important Notes:




  • Vendors shall respond to all requirements of the solicitation document. Vendors are cautioned not to alter the solicitation.

  • Please review all specifications carefully, and make note of design requirements, and all base access requirements.

  • Please also note payment terms and the primary point of contact in the quotation.

  • Initial submissions and any modifications thereto are to be submitted to the Contracting Office on or before the closing date and time. Deadline for receipt of submissions is 05/15/2023, 2:00 PM ET local time on.







II. CONTENT OF QUOTE





Vendors’ quotes shall comply with the requirements outlined below and incorporated herein.






  1. Completed and Signed RFQ Sheet, Attachment 1.

  2. Signed Copies Acknowledging Amendments, if applicable

  3. 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/

  4. A point of contact, name, email address, phone/FAX number, CAGE Code

  5. Representations and Certifications completed by the vendor in accordance with instructions contained elsewhere in this solicitation. Note, If the vendor has completed all of the representations and certifications required by this solicitation in SAM.gov in accordance with FAR 52.204-8, then the vendor need not submit the hardcopy Representations and Certifications.

  6. Technical Acceptability Submission as noted below.





Factor 1, Technical Acceptability Submission. Vendors shall demonstrate their Technical Acceptability by providing the information required under the following two elements: (i) Experience and (ii) Adherence to Schedule





Experience: Vendors shall submit documentation of two projects or contracts that demonstrate recent and relevant experience with at least two (2) projects of nature similar to the scope identified within the Specifications Attachment 2/3. Contracts or Projects are considered recent if they have been completed within the last five (5) years. Contracts or Projects are considered relevant if they are the same the requirements of the in Attachment 2/3. For each contract or project, Vendors shall provide the following: customer’s name, organization and contact information; contract or project number and title; dates of performance; a description of the work performed and how it is relevant to the Speccifications Attachment 2/3.





Adherence to Schedule: Potential vendors in their submissions shall identify their capability to meet to period of performance: 01 June 2023 to 30 June 2023







Factor 2, Price. Vendors shall provide total price for each line item on Attachment 1 and pricing breakdown which includes labor rates, labor hours, and materials. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items.







III. EVALUATION



Addenda to FAR 52.212-2 “EVALUATION--COMMERCIAL ITEMS” (OCT 2014)





The Government intends to solicit, evaluate and award contracts resulting from this solicitation using the policies and procedures in FAR Part 12 and FAR Part 13.5. The contract will be awarded to the vendor with the Lowest Price Technically Acceptable. The factors and associated elements have been chosen to support meaningful discrimination between and among competing proposals. As demonstrated in their submissions, prospective Vendors shall be evaluated in terms of their ability to meet or exceed the program’s requirements stated in the Attachments 2/3. The Vendor’s quotation shall demonstrate a clear understanding of the nature and scope of the work specified in Attachment 2/3, Failure to provide a complete quotation shall reflect a lack of capability to perform the work requirements and may result in a determination that the Vendor’s quotation is unacceptable. Quotations received for less than the entire requirement will not be eligible for award.





Quotes will be evaluated based on the following criteria:





Technical Acceptability (Must meet specifications and document capabilities)



The Technical Acceptability factor will be rated at the Factor level using the adjectival definitions below. The individual elements will not be rated, but the Government’s evaluation of the elements, individually or collectively, will affect whether a quotation is rated Acceptable or Unacceptable.






  • Experience is a Technical Acceptability element. Please provide documentation demonstrating your capabilities in fulfilling the specifications in Attachments 2/3 as outlined above under Factor 1, Technical Acceptability Submission.





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.





- Price (Lowest Price Technically Acceptable, after adherence to Technical Acceptability)





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.





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/.









This announcement will close at 2:00 PM ET local time on 15 June 2023





COMMUNICATION WITH PORTSMOUTH NAVAL SHIPYARD (PNS)





RFQ information and amendments will be made available through the Internet via Government Point of Entry (GPE) SAM.gov which can be accessed at https://SAM.gov/. SAM.gov lists Business Opportunities for several naval activities including Portsmouth Naval Shipyard. Solicitations issued by the Shipyard can be found under command/site N39040. During this solicitation phase the cognizant PNS Contract Specialist can be contacted at email address: wayne.d.evans3.civ@us.navy.mil









A secondary contact, brian.c.lee2.civ@us.navy.mil is also provided in the GPE posting on SAM.gov.



PNS will make the RFQ and amendments available electronically on the internet, submissions in response to this RFQ WILL be accepted via electronic transmission. Only quotations with signatures submitted in accordance with FAR 52.212-1, Instructions to Offerors – Commercial Items, of this combined synopsis/solicitation will be accepted.





Potential Offerors will not automatically receive amendments to this solicitation and must check the sam.gov website periodically to obtain any amendments. At a minimum, it is recommended that Offerors check on a weekly basis.





Potential Offerors who access the RFQ via the internet are encouraged to submit the following information to the PNS Contract Specialist:





Company Name (including CAGE and D&B number)



Point of Contact (including email address)



Postal address



Payment Discount Terms



Preferred Payment Method:



Wide Area Workflow (WAWF) or Government Commercial Purchase Card (GCPC)





Contact Wayne D Evans via email, wayne.d.evans3.civ@us.navy.mil Oral communications are not acceptable in response to this notice.



METHOD OF QUOTE SUBMISSION



Quotes shall be emailed to Wayne D Evans, wayne.d.evans3.civ@us.navy.mil





The quote shall include price(s), a point of contact, name, email address, phone/FAX number, CAGE Code, business size under NAICS Code 532490, and payment terms. Quotes shall contain the completed RFQ Sheet (Attachment 1). The response must clearly indicate the capability of the vendor to meet all specifications and requirements.





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/.





-End of Combined Synopsis/Solicitation-


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

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 >