Federal Bid

Last Updated on 10 Dec 2016 at 9 AM
Combined Synopsis/Solicitation
Portsmouth New hampshire

Telehandler

Solicitation ID N39040-17-T-0020
Posted Date 15 Nov 2016 at 7 PM
Archive Date 10 Dec 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Portsmouth New hampshire United states 03801
 

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 N39040-17-T-0021. This solicitation document and incorporates provisions and clauses in effect through FAC 2005-84 and DFARS Change Notice 01 Oct 2015. 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.  The size standard for NAICS Code 532490 is $32.5 million.

This solicitation is being submitted on a full and open competition basis.

Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: rental of One (1) Telehandler with specifications that match the Statement of Work; Place of Performance: Portsmouth Naval Shipyard, Kittery, ME. Period of Performance: 1/5/17 - 3/2/17.

 

Item

Description

 

0001

Rental of One (1) Telehandler In Accordance With (IAW) specifications outlined in Statement of Work;  Rental Period 1/5/17 - 3/2/17;

 

*Technical submission shall include the Manufacturer Name and Model Number of the specific unit(s) being proposed. The Government will only evaluate those specifically identified unit(s).

 

1001

Option Period One (1) for rental of One (1) Telehandler IAW specifications outlined in Statement of Work; Rental Period 3/3/17 - 3/30/17;

 

*Technical submission shall include the Manufacturer Name and Model Number of the specific unit(s) being proposed. The Government will only evaluate those specifically identified unit(s).

 

 *PRICES MUST BE FOB DELIVERED/DESTINATION TO PORTSMOUTH NAVAL SHIPYARD (PNS), KITTERY, ME.

*THE CATERPILLAR MODEL IDENTIFIED IN PARAGRAPH 7 OF THE STATEMENT OF WORK IS NOT THE ONLY BRAND THAT THIS SOLICITATION IS RESTRICTED TO.

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

52.204-13, SAM Maintenance

52.204-19, Incorporation by Reference of Representations and Certifications

52.209-10, Prohibition on Contracting with Inverted Domestic Corporations

52.212-1, Instructions to Offerors - Commercial Items

52.212-2, Evaluation - Commercial item

52.12-3, and its ALT I, Offeror Representations and Certifications - Commercial Items

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards

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

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

52.222-42, 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 Messages while Driving

52.225-13, Restrictions on Foreign purchases

52.232-33, Payments by Electronic Funds Transfer - SAM

52.232-40, Providing Accelerated Payments to Small Business Subcontractors

52.233-3, Protest After Award

52.232-39, Unenforceability of Unauthorized Obligations

52.233-4, Applicable Law for Breach of Contract Claim

52.252-2, Clauses Incorporated by Reference

52.252-6, Authorized Deviations in Clauses

Offerors shall include a completed copy of 52.212-3 and it's 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 252.203-7002, Requirement to Inform Employees of Whistleblower Rights

DFARS 252.204-7003, Control of Government Personnel at Work Product

DFARS 252.204-7011, Alternative Line Item Structure

DFARS 252.204-7012, Safeguarding Unclassified Controlled Technical Information

DFARS 252.204-7015, Disclosure of Information to Litigation Support 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

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 252.247-7023, Transportation of Supplies by Sea

This announcement will close on November 25, 2016 at 4:00 PM (EST). Contact Anthony Barker at 207-438-1946 or email [email protected] for questions regarding this notice. Oral communications are not acceptable in response to this notice.

52.212-2, Evaluation - Commercial Item 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

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

Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors, and the addendum to FAR 52.212-1 and determine to be either acceptable or unacceptable. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items.

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 competitive award.

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 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

Arizona 14 May 2020 at 4 AM
Rhode island Not Specified
Quantico Virginia 21 Feb 2014 at 3 PM
Mineral Virginia 28 Jan 2014 at 3 PM
Boise Idaho 03 Aug 2010 at 5 PM

Similar Opportunities

Boise Idaho 15 Jul 2025 at 4 PM
Durham North carolina 22 Jul 2025 at 5 PM
Durham North carolina 22 Jul 2025 at 5 PM