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 FEDBIZOPPS. The Request for Quotation (RFQ) number is N3904021Q0158. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-05 and DFARS Change Notice 2021-0224. 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 North American Industry Classification System (NAICS) is 532490. The small Business Size Standard is $35M and this solicitation is 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.
The Portsmouth Naval Shipyard requests responses from sources capable of providing the following:
The rental of a 36000 Pound Forklift, in accordance with the attached Request for Quote.
REQUIREMENTS:
CAPACITY/TYPE: 36,000 Pounds COUNTERBALANCED (Hyster H360 preferred)
POWER TYPE: Gas or Diesel (Gas preferred)
LIFT HEIGHT: 150"
MAX COLLAPSED HEIGHT: 144"
FORK DIMENSIONS: 108"X 8"X 3.5"(Preferred) 84"X 8"X 3.5" (Minimum)
STANDARD REQUIREMENTS (ALL FORKLIFTS:
- Shall be no older than eight years
- Manufacturer’s data plate containing, at a minimum, make, model, fork and mast type, and serial number
- Serviceable pneumatic or solid pneumatic tires
- Enclosed cab with heater, defrost, and wipers
- Integral side-shift and hydraulic fork positioners
- Lifting and tie-down provisions for lifting by crane without additional special handling gear (Lifting and tie-down points shall be clearly marked)
- Safe working load and forklift weight clearly labeled in view of operator, normally on the mast crossbar using largest lettering size that fits (Labeling tape acceptable)
- Center of gravity clearly marked on side of forklift
- Light package to include two front and one rear working light and two brake/tail/back-up combination lights
- Operator controls shall be properly and clearly marked
- UL safety rated DS/GS/LPS with type designation labels applied to both side and rear of forklift
Equipment shall be delivered in fully functional, safe operating condition. A joint inspection of each forklift shall be performed by the Contractor and a shipyard licensed operator using attachment (1) before the unit is accepted by the Government. The rental period does not begin until the government has accepted the forklift. The contractor shall notify the Contracting Officer’s Representative (COR) or Technical Point of Contact a minimum of 48 hours prior to delivery of units.
The contractor shall be responsible for all preventative maintenance and repairs not arising out of abuse or negligence by the Government. The government shall be responsible for daily fluid level checks; however, the contractor shall be responsible for adding fluids to the equipment to ensure the loss of fluid is not due to a more serious mechanical issue. All service shall be provided within four (4) hours of notification to the contractor. In the event the equipment cannot be returned to service within twenty-four (24) hours, a replacement shall be provided by the contractor at no charge to the Government. Contractor shall validate all completed repairs by either signing the appropriate MHE Inspection Sheet, attachment (2) or providing a completed and signed repair order.
The contractor shall provide liquid spill protection to the ground surface during all maintenance and repairs. Any/all spills shall be contained and cleaned up prior to leaving the site. If during use, a liquid spill is caused by a broken or leaking line or some other system on the contractor’s equipment, the installation spill team will be alerted to contain the spill until the contractor can make the necessary repairs. It shall be the responsibility of the contractor to reimburse the Government for containing the spill. If fluid leaks become frequent, the government may request to have the equipment removed from the shipyard and replaced with a different forklift.
(See above, Statement of Work (SOW), and evaluation criteria listed at end of notice)
Delivery:
Rental to be delivered to Pease Air Force Base, Portsmouth, NH. Period of Performance will be one year from date of award for the base year, with an option for one additional year.
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 Statements
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
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation
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
52.212-3 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
52.216-1 Type of Contract: Firm Fixed Price
52.217-5 Evaluation of Options
52.219-1 Alt I Small Business Program Representations
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
52.223-11 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.
52.225-13 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
52.243-1 Changes -- Fixed-Price
52.242-15 Stop-Work Order
52.247-34 F.O.B. Destination
52.247-29 F.O.B. Origin
52.248-1 Value Engineering
52.252-2 Clauses Incorporated By Reference
52.252-6 Authorized Deviations in Clauses
HQ C-2-0023 EXCLUSION OF MERCURY
HQ C-2-0063 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES
HQ D-1-0002 PACKAGING OF SUPPLIES
HQ D-2-0006 MARKING AND PACKING LIST(S)
HQ E-1-0003 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES
HQ F-2-0004 F.O.B. DESTINATION
HQ G-2-0009 SUPPLEMENTAL INSTRUCTIONS REGARDING ELECTRONIC INVOICING
G-232-H002 PAYMENT INSTRUCTIONS
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
252.203-7005 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
252.213-7000 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
252.225-7048 Export-Controlled Items
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
This announcement will close at 01:00 PM ET local time on 18 March 2021. Contact Steven Carlberg who can be reached by email steven.carlberg@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.
Technical Acceptability
- Model Number and data sheet of proposed forklift provided
- Must meet specifications outlined in the above Statement of work
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 ********