Maine Bids > Bid Detail

Rental of (4) Manlifts

Agency:
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159993217358331
Posted Date: Oct 16, 2023
Due Date: Oct 20, 2023
Source: https://sam.gov/opp/1ac2d39904...
Follow
Rental of (4) Manlifts
Active
Contract Opportunity
Notice ID
N3904024PSE1082
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: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 16, 2023 09:51 am EDT
  • Original Date Offers Due: Oct 20, 2023 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Nov 04, 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 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 Request for Quotation (RFQ) number is N3904024PSE1082. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-06 and DFARS Change notice 20230929. 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 addresses:






  • https://www.acquisition.gov/browse/index/far

  • https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html





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





This requirement is a BRAND NAME MANDATORY solicitation from qualified sources capable of providing:





Rental of Qty. Four (4) 600AJ JLGs in accordance with SOW/CDRL




  • Period of Performance:

    • 2 UNITS (600AJ): 10/31/2023 – 2/14/2024

    • 2 UNITS (600AJ): 11/28/2023 – 2/14/2024

      • OPTION PERIOD 1: 2/15/2024 – 4/1/2024

      • OPTION PERIOD 2: 4/2/2024 – 6/1/2024





  • Place of performance: Portsmouth Naval Shipyard, Kittery, ME





Attachment Table of Contents






  • 24PSE1082 - Attachment 1 – Request for Quotation (RFQ)

  • 24PSE1082 - Attachment 2 – Statement of Work (SOW)

  • 24PSE1082 - Attachment 3 – Contract Data Requirements List (CDRL)

  • 24PSE1082 – Attachment 4 – Limited Source Justification Brand Name







PROVISIONS & 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), and clauses are applicable to this procurement:





(P) 52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements —Representation



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



(P) 52.204-7 System for Award Management



(C) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards



(C) 52.204-13 System for Award Management Maintenance



(P) 52.204-16 Commercial and Government Entity Code Reporting



(P) 52.204-17 Ownership or Control of Offeror



(C) 52.204-18 Commercial and Government Entity Code Maintenance



(C) 52.204-19 Incorporation by Reference of Representations and Certifications.



(P) 52.204-20 Predecessor of Offeror



(C) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems



(P) 52.204-22 Alternative Line Item Proposal



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



Kaspersky Lab and Other Covered Entities



(P) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or



Equipment



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



(C) 52.209-1 Qualification Requirements FEB 1995



(P) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation



(C) 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred,



Suspended, or Proposed for Debarment



(C) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations



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



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



Use



(C) 52.211-15 Defense Priority And Allocation Requirements



(P) 52.212-1 Instructions to Offerors--Commercial Items



(P) 52.212-2 Evaluation--Commercial Items



(P) 52.212-3 Offeror Representations and Certifications--Commercial Items



(C) 52.212-4 Contract Terms and Conditions--Commercial Items



(C) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders



(P) 52.217-5 Evaluation of Options



(C) 52.217-9 Option to Extend the Term of the Contract



(P) 52.219-1 Small Business Program Representations



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



(C) 52.219-28 Post-Award Small Business Program Representation



(C) 52.222-3 Convict Labor



(C) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies



(C) 52.222-21 Prohibition Of Segregated Facilities



(C) 52.222-26 Equal Opportunity



(C) 52.222-36 Equal Opportunity for Workers with Disabilities



(C) 52.222-41 Service Contract Labor Standards



(C) 52.222-42 Statement Of Equivalent Rates For Federal Hires



(C) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (Multiple



Year and Option Contracts)



(C) 52.222-50 Combating Trafficking in Persons



(C) 52.222-55 Minimum Wages Under Executive Order 13658



(C) 52.222-62 Paid Sick Leave Under Executive Order 13706



(C) 52.223-5 Pollution Prevention and Right-to-Know Information



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



(C) 52.225-13 Restrictions on Certain Foreign Purchases



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



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



(C) 52.232-36 Payment by Third Party



(C) 52.232-39 Unenforceability of Unauthorized Obligations



(C) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors



(C) 52.233-1 Disputes MAY 2014



(C) 52.233-3 Protest After Award



(C) 52.233-4 Applicable Law for Breach of Contract Claim



(C) 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation



(C) 52.242-15 Stop-Work Order



(C) 52.242-17 Government Delay of Work



(C) 52.243-1 ALT I Changes—Fixed Price--Alternate I APR 1984



(C) 52.246-4 Inspection of Services-Fixed-Price



(C) 52.247-34 F.O.B. Destination



(P) 52.252-1 Solicitation Provisions Incorporated By Reference



(C) 52.252-2 Clauses Incorporated By Reference



(C) 52.252-6 Authorized Deviations In Clauses





The local clauses can be sent upon request.





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-H018 APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019)



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



D-247-H002 PACKAGING OF SUPPLIES—BASIC (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-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:





(C) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials



(C) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights



(P) 252.203-7005 Representation Relating to Compensation of Former DoD Officials



(C) 252.204-7003 Control Of Government Personnel Work Product



(P) 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls



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



(C) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting



(C) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support



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



(C) 252.223-7008 Prohibition of Hexavalent Chromium



(P) 252.225-7031 Secondary Arab Boycott of Israel



(C) 252.225-7048 Export-Controlled Items



(C) 252.231-7000 Supplemental Cost Principles



(C) 252.232-7010 Levies on Contract Payments



(C) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel



(C) 252.243-7001 Pricing of Contract Modifications.



(C) 252.244-7000 Subcontracts for Commercial Items



(C) 252.247-7023 Transportation of Supplies by Sea





Billing (G):



(C) 252.204-7006 Billing Instructions



(C) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports



(C) 252.232-7006 Wide Area WorkFlow Payment Instructions





*END CLAUSES*







This announcement will close at 3:00 PM ET local time on 20 October 2023. Contact Alyssa Cress who can be reached by email alyssa.a.cress.civ@us.navy.mil.



METHOD OF PROPOSAL SUBMISSION: Offers shall be emailed. 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.





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. 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 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 provide your best and fastest schedule. Award may be made to the vendor who can accomplish the delivery in the shortest amount of time. Please confirm availability for both possible start dates and earliest available start if your company is unavailable for the requested period.





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/FAPIIS 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”.





******* 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
  • Oct 16, 2023 09:51 am EDTCombined Synopsis/Solicitation (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 >