Federal Bid

Last Updated on 06 Oct 2015 at 8 AM
Combined Synopsis/Solicitation
Portsmouth Rhode island

JLG Manlift Rental

Solicitation ID N39040-16-T-0007
Posted Date 17 Sep 2015 at 6 PM
Archive Date 06 Oct 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Portsmouth Rhode island United states
 

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 13, 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  N39040-16-T-0007 . This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-82 and DFARS Change Notice 20150526. 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 address: http://farsite.hill.af.mil/. The NAICS code is 532490. This is a Small Business Set-Aside and the small business size standard for NAICS Code 532490 is $32.5 million.  

 Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: rental of two (2) JLG 600 Series Model AJ manlifts and two (2) JLG 600 series Model S manlifts; Place of Performance: Portsmouth Naval Shipyard, Kittery, ME.  Period of Performance: 10/1/15-12/2/15 with an option period of 12/3/15-12/30/15.

 

ITEM             DESCRIPTION                                                                              

01                    Rental of one (1) JLG 600 Series Model AJ manlifts

IAW Attachment 1, POP 10/1/15-12/2/15

 

02                    Rental of one (1) JLG 600 Series Model AJ manlifts

IAW Attachment 1, POP 10/1/15-12/2/15

 

03                    Rental of one (1) JLG 600 series Model S manlifts              

IAW Attachment 1, POP 10/1/15-12/2/15

 

04                    Rental of one (1) JLG 600 series Model S manlifts              

IAW Attachment 1, POP 10/1/15-12/2/15

 

05                    Option Period 1 for Item 01 from 12/3/15-12/30/15

 

06                    Option Period 1 for Item 02 from 12/3/15-12/30/15

 

07                    Option Period 1 for Item 03 from 12/3/15-12/30/15

 

08                    Option Period 1 for Item 04 from 12/3/15-12/30/15

 

 

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:

52.204-7, System for Award Management (July 2013)

52.204-13, SAM Maintenance (July 2013)

52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014)

52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014)

52.212-1, Instructions to Offerors - Commercial Items

52.212-2, Evaluation - Commercial Item (Jan 1999)

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

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012)

52.219-6, Notice of Total Small Business Set-Aside

52.219-28, Post Award Small Business Representation (July 2013)

52.222-3, Convict Labor (June 2003)

52.222-19, Child Labor-Cooperation With Authorities and Remedies (Mar 2012)

52.222-21, Prohibition of Segregated Facilities (Feb 1999)

52.222-26, Equal Opportunity (Mar 2007)

52.222-36, Affirmative Action for Workers with Disabilities (July 2014)

52.222-41, Service Contract Labor Standards (May 2014)

52.222-42, Statement of Equivalent Rates (May 2014)

52.222-50, Combating Trafficking in Persons (Mar 2015)

52.223-3, Hazardous Material Identification & Material Safety Data

52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011)

52.225-13, Restriction on Foreign Purchases (June 2008)

52.232-33, Payment by Electronic Funds Transfer - SAM (July 2013)

52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)

52.233-3, Protest After Award (Aug 1996)

52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013)

52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)

52.252-2, Clauses Incorporated by Reference

52.252-6 Authorized Deviations in Clauses

Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes, if the representation and certification is not available via SAM.gov. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011)

DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013)

DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992)

DFARS 252.204-7011, Alternative Line Item Structure (Sept 2011)

DFARS 252.204-7012, Safeguarding Unclassified Controlled Technical Information (Nov 2013)

DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014)

DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011)

DFARS 252.225-7048, Export Controlled Items (Jun 2013)

DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008)

DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013)

DFARS 252.232-7010, Levies on Contract Payments (Dec 2006)

DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010)

DFARS 252.247-7023, Transportation of Supplies by Sea (April 2014)

This announcement will close at 1:00 PM ET on Monday, 9/21/2015. Contact Christina Allaire at 207-438-2189 or email [email protected] for questions regarding this notice. Oral communications are not acceptable in response to this notice.

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. Quotes will be evaluated based on the following criteria:

- Technical Acceptability

- Price

- Adherence to Schedule (The contracting officer reserves the right to award based on ability to meet desired schedule)

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 must be sent via email to [email protected].

All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, technical specifications of units offered, business size under NAICS Code 532490, and payment terms. Quotes over 15 pages in total will not be accepted by email. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.

******* End of Combined Synopsis/Solicitation ********

Bid Protests Not Available

Similar Past Bids

Fpo Ap 23 Jul 2009 at 4 AM
Location Unknown 10 Feb 2017 at 5 PM
Portsmouth Rhode island 17 Mar 2016 at 8 PM
Portsmouth New hampshire 10 Aug 2015 at 12 PM
Kittery Maine 08 Apr 2024 at 1 PM

Similar Opportunities

Marana Arizona 31 Jul 2025 at 9 PM
Lebanon Pennsylvania 09 Jul 2025 at 3 AM
Mechanicsburg Pennsylvania 14 Jul 2025 at 8 PM