Federal Bid

Last Updated on 31 Mar 2015 at 9 AM
Combined Synopsis/Solicitation
Portsmouth Rhode island

Rental of 135 Foot JLG 1350SJP Boom Lift

Solicitation ID N39040-15-T-0148
Posted Date 26 Feb 2015 at 4 PM
Archive Date 31 Mar 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 N39040-15-T-0148. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-72 and DFARS Change Notice 20130311. 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 SBA Size Standard for NAICS Code 532490 is $32.5 million. Portsmouth Naval Shipyard Code 410 Contracting Division requests quotations from small business vendors capable of providing the following:

ITEM        DESCRIPTION                                                                                                      

•01    Rental of a 135 foot JLG 1350SJP Telescopic Boom Lift in accordance with the attached specifications. Note: Unit most be JLG 1350SJP due to Shipyard safety standards. Quotes must clearly state that a JLG 1350SJP is being offered. Other models will be considered for award.

Period of Performance: 04/01/2015 through 10/31/2015

Place of Performance: Portsmouth Naval Shipyard, Kittery, ME

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)

52.212-1, 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)

52.219-28, 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

52.222-41, Service Contract Act of 1965

52.222-42, Statement of Equivalent Rates

52.222-50, Combating Trafficking in Persons

52.223-3, Hazardous Material Identification & Material Safety Data

52.223-18, Contractor Policy to Ban Text Messaging while Driving

52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs (Dec 2012)

52.225-13, Restriction on Foreign Purchases

52.232-33, Payment by Electronic Funds Transfer - CCR

52.233-3, Protest After Award

52.233-4, Applicable Law for Breach of Contract Claim

52.252-2, Clauses Incorporated by Reference

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

DFARS 252.204-7012, Safeguarding of Unclassified Technical Information

DFARS 252.232-7003, Electronic Submission of Payment Requests

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

DFARS 252.232-7010,  Levies on Contract Payments

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

This announcement will close at 3:00 PM ET on Thursday, 03/05/2015. Contact Evan Coburn at 207-438-1630 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 (including ability to meet delivery dates)

- Price

System for Award Management (SAM): Vendor 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 fax (to 207-438-4193) or 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 facsimile. 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

Kittery Maine 14 Oct 2020 at 1 PM
Portsmouth Rhode island 23 Mar 2018 at 11 AM
Warner robins Georgia 26 Jan 2023 at 6 PM
Location Unknown 02 Feb 2009 at 10 PM

Similar Opportunities

Randolph New jersey 17 Oct 2027 at 8 PM
Texarkana Texas 11 Jul 2025 at 4 AM (estimated)