This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, 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 RFQ number is N39040-16-T-0101. This solicitation documents and incorporates provisions and clauses in effect through FAC 05-82 (5/7/15) and DFARS Change Notice 2015-0526. 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/?q=browsefar and http://www.acq.osd.mil/dpap/dars/change_notices.html.
This is a SMALL BUSINESS SET ASIDE solicitation. The NAICS code is 532490 and the Small Business Standard is $32.5 million. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing the following (in accordance with the attached Specifications and Request for Quote sheet):
ITEM DESCRIPTION
0001 Rental of one (1) 135-Foot JLG 1350SJP Telescopic Boomlift, in accordance with attached Specifications. Period of Performance: 4/1/2016 through 10/31/16 (7 Months). Place of Performance: Portsmouth Naval Shipyard, Kittery, Maine.
1001 Option to Extend Rental of Item 0001 from 11/1/16-11/30/16 (1 Month)
1002 Option to Extend Rental of Item 0001 from 12/1/16-12/31/16 (1 Month)
1003 Option to Extend Rental of Item 0001 from 1/1/17 - 1/31/17 (1 Month)
Specifications: See Attachment 1 (PDF File)
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
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012)
52.204-19 Incorporation by Reference of Representations and Certifications
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - Representation
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations
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
52.217-8, Option to Extend Services
52.219-28 Post Award Small Business Representation
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
52.223-3 Hazardous Material Identification & Material Safety Data
52.223-11 Ozone-Depleting Substances
52.223-18 Contractor Policy to Ban Text Messaging while Driving
52.225-13 Restriction on Foregn Purchases
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
52.233-3 Protest After Award (Aug 1996)
52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)
52.242-15 Stop-Work Order
52.244-6 Subcontracts for Commercial Items.
52.242-17 Government Delay Of Work
52.247-34 F.O.B. Destination
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, and 52.219-1 with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:
DFARS 252.201-7000 Contracting Officer's Representative
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 (April 1992)
DFARS 252.204-7004 Alt A, System for Award Management
DFARS 252.204-7008 Compliance with Safeguarding Covered Defense 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 252.209-7004 Subcontracting with Firms that are Owned or Controlled
DFARS 252.223-7008 Prohibition of Hexavalent Chromium (May 2011)
DFARS 252.225-7048 Export-Controlled Items
DFARS 252.232-7003 Electronic Submission of Payment Requests
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 (Nov 2010)
DFARS 252.243-7001 Pricing of Contract Modifications
DFARS 252.243-7002 Requests for Equitable Adjustment
DFARS 252.244-7000 Subcontracts for Commercial Items
DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea
This announcement will close at 12:00 PM EST local time on 22 March 2016. Contact Alexandra Johnson, who can be reached by email at [email protected]
Instructions to Offerors:
Addendum to 52.212-1 "Instructions To Offerors - Commercial Items"
Technical Submission to include: technical information demonstrating compliance with the specifications, including, but not limited to:
Brochures pertaining to the pieces of equipment being quoted, to include, but not limited to: pictures or the equipment, and technical specifications of the equipment demonstrating compliance with the PWS and specifications. These should be readily identified by the item ID number.
The details of any/all exceptions taken to the specification.
Evaluation Criteria:
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, and 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: Offers shall be emailed to [email protected] or faxed to 207-438-4193. All responsible sources may submit a quote which shall be considered by the agency.
All quotes shall include price(s), a Point of Contact, name, email address, phone/FAX number, cage code, and business size. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.