This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and 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.gov.
The solicitation number for this procurement is N3904020Q0070 and is a Request for Quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2020-04, and Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20200114. 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:
http://farsite.hill.af.mil/vmfara.htm
http://www.acq.osd.mil/dpap/dars/change_notices.html.
The North American Industry Classification System (NAICS) code is 532490 and the small Business Size Standard is $35 million. This requirement will be a Total Small Business Set Aside.
This requirement is for a fixed price contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13.
Written quotes are required (oral offers will not be accepted). Quotes will be received by email only. Send to: jonathan.copp@navy.mil
The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:
ITEM Unit DESCRIPTION
0001
Rental/Maintenance of One 6K Forklift POP 7/6/20-3/8/21
35 Weeks
0002
Rental/Maintenance of One 6K Forklift POP 7/6/20-6/7/21
48 Weeks
0003
Rental/Maintenance of One 6K Forklift POP 7/6/20-6/7/21
48 Weeks
0004
Rental/Maintenance of One 15-17.5K Forklift POP 7/6/20-6/7/21
48 Weeks
0005
Rental/Maintenance of One 25K Forklift POP 7/6/20-6/7/21
48 Weeks
1001
Optional Rental/Maintenance of One 6K Forklift POP 3/9/21-4/5/21
4 Weeks
1002
Optional Rental/Maintenance of One 6K Forklift POP 6/8/21-7/5/21
4 Weeks
1003
Optional Rental/Maintenance of One 6K Forklift POP 6/8/21-7/5/21
4 Weeks
1004
Optional Rental/Maintenance of One 15-17.5K Forklift POP 6/8/21-7/5/21
4 Weeks
1005
Optional Rental/Maintenance of One 25K Forklift POP 6/8/21-7/5/21
4 Weeks
2001
Optional Rental/Maintenance of One 6K Forklift POP 4/6/21-5/3/21
4 Weeks
2002
Optional Rental/Maintenance of One 6K Forklift POP 7/6/21-8/2/21
4 Weeks
2003
Optional Rental/Maintenance of One 6K Forklift POP 7/6/21-8/2/21
4 Weeks
2004
Optional Rental/Maintenance of One 15-17.5K Forklift POP 7/6/21-8/2/21
4 Weeks
2005
Optional Rental/Maintenance of One 25K Forklift POP 7/6/21-8/2/21
4 Weeks
Please fill out and return attached FRQ form.
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:
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
C-247-H001 Permits and Responisbilites (Navsea) (Dec 2018)
D-247-H002 Packaging Of Supplies Basic (Navsea) (Oct 2018)
D-247-H004 Marking And Packing List-Basic (NAVSEA) (Oct 2018)
D-247-W001 Prohibited Packing Materials (NAVSEA) (Oct 2018)
E-246-H016 Inspection And Acceptance Of F.O.B. Destination Deliveries (NAVSEA) (Oct 2018)
F-247-N002 Instruction For Deliveries To The Portsmouth Naval Shipyard (NAVSEA) (Mar 2019)
G-232-H002 Payment Instructions And Contract Type Summary For Payment Office (NAVSEA) (Jun 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
52.203-12 Limitation on Payments to Influence Certain Federal Transactions
52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper
52.204-7 System for Award Management
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
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 Lab and Other Covered Entities
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, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction
52.211-14 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 Item
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
52.217-8 Option to Extend Services
52.217-9 Option to Extend the Term of the Contract
52.219-1 Alt Small Business Program Representations
52.219-6 Notice of Total Small Business Set-Aside
52.219-14 Limitations on Subcontracting
52.219-28 Post-Award Small Business Program Representation
52.222-3 Convict Labor
52.222-21 Prohibition Of Segregated Facilities
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Veterans
52.222-36 Equal Opportunity for Workers with Disabilities
52.223-3 Hazardous Material Identification and Material Safety Data
52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons.
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions
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
52.236-13 Accident Prevention--Alternate I
52.237-2 Protection Of Government Buildings, Equipment, And Vegetation
52.242-15 Stop-Work Order
52.242-17 Government Delay of Work
52.247-34 F.O.B. Destination
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated By Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
52.252-6 Authorized Deviations In Clauses
Quoters shall 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
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7003 Control Of Government Personnel Work Product
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
252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism.
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.
252.223-7001 Hazard Warning Labels
252.223-7008 Prohibition of Hexavalent Chromium
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
252.247-7023 Transportation of Supplies by Sea
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)
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 may be cause for rejection of the quote for all line items.
This announcement will close at 5:00 PM EST on Friday, 19 February 2020. Contact Jonathan Copp at 207-994-0701 or email Jonathan.copp@navy.mil. Oral communications are not acceptable in response to this notice.
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/Solicitation ********