The RFP Database
New business relationships start here

Rental of two 45' electric articulating boom lifts with jibs


Maine, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 12, 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 (www.fbo.gov).
The RFQ number is N3904018Q0241. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-97 and DFARS Change Notice 20180418. 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/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm.
The NAICS code is 532490. The small business size standard is $32.5 million. This is a total Small Business Set Aside.

Portsmouth Naval Shipyard requests pricing for the procurement of the following:
Rental of two (2) 45' electric articulating boom lifts with jibs in accordance with Statement of Work.
Period of performance: 8 months.
Place of performance: Portsmouth Naval Shipyard in Kittery, ME
The desired delivery date is 6/4/18.

Option one extends the period of performance one month


Option two extends the period of performance one additional month


The following FAR provision 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
52.204-9 Personal Identity Verification of Contractor Personnel
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 of 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
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation
52.209-6 Protecting the Governments 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 Under Any Federal Law
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 and its ALT I, 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- Commercial Items
52.215-5 Facsimile Proposals
52.219-6 Small Business Program Representation
52.219-28 Post Award Small Business 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 Affirmative Action for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
52.223-5 Pollution Prevention and Right-to-Know Information
52.223-11 Ozone-Depleting Substances
52.223-18 Contractor Policy to Ban Text Messaging while Driving
52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation
52.225-13 Restriction on Foreign Purchases
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs
52.232-33 Payment by Electronic Funds Transfer-System for Award Management
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-1 Disputes
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.242-15 Stop-Work Order
52.247-34 F.O.B. Destination
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
52.252-6 Authorized Deviations in Clauses
52.253-1 Computer Generated Forms
Additional contract terms and conditions applicable to this procurement are:
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights
DFARS 252.203-7005 Representation Relating To Compensation of Former DOD Officials
DFARS 252.204-7003 Control of Government Personnel Work Product
DFARS 252.204-7004 Alt 1, System for Award Management Alternate A
DFARS 252.204-7006 Billing Instructions
DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information
DFARS 252.204-7011 Alternative Line Item Structure
DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information
DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors
DFARS 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability or A Felony Conviction Under Any Federal Law (Deviation 2012-O00004)
DFARS 252.211-7003 Item Unique Identification and Valuation
DFARS 252.215-7007 Notice of Intent to Resolicit
DFARS 252.215-7008 Only One Offer
DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
DFARS 252.223-7008 Prohibition of Hexavalent Chromium
DFARS 252.225-7048 Export-Controlled Items
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7006 Wide Area Workflow Payment Instructions
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
DFARS 252.244-7000 Subcontracts for Commercial Items
DFARS 252.247-7023 Transportation of Supplies by Sea
Evaluation Criteria:


52.212-2 Evaluation--Commercial Items (Oct 2014)
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest priced technically acceptable offer. The following factors shall be used to evaluate offers, in order of importance:


1. Technical Acceptability: Vendor shall provide specifications of the equipment to be provided


2. Price


(1) TECHNICAL ACCEPTABILITY
Quotations submitted by each vendor will be evaluated in accordance with the specifications and determined to be either acceptable or unacceptable. Portsmouth Naval Shipyard places the utmost importance on safety of operators and assistant workers in the use of man lift/boom lift equipment. There are significant costs to the Portsmouth Naval Shipyard in training for safety and operational features of the equipment. Portsmouth Naval Shipyard limits the types of models for the purpose of standardization and familiarity with equipment. For this effort, the JLG E450AJ model electric boom lift is preferred.

Technical Evaluation Ratings:


Rating: Acceptable
Description: Submission clearly meets the minimum requirements of the solicitation


Rating: Unacceptable
Description: 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.


(2) PRICE
The prices quoted shall be in accordance with the solicitation, and will be evaluated on the basis of price reasonableness. Price Quotes shall be held firm for thirty (30) days.
Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit additional information/data to support price reasonableness such as copies of paid invoices for the same or similar items, or price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote.
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/.
METHOD OF PROPOSAL SUBMISSION:
All quotes shall be sent via email to lisa.fielding@navy.mil
All quotes shall include delivered price(s), a point of contact, name and phone number, CAGE Code, business size under NAICS Code 532490, and payment terms. Each response must clearly indicate the capability of the vendor to meet all specifications and delivery requirements. Quotes must be received no later than May 29, 2018 at 4:00 pm EST.
******* End of Combined Synopsis/Solicitation ********


Lisa A. Fielding, Contracts Specialist, Phone 207-438-1893, Fax 207-438-4193, Email lisa.fielding@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP