SOLICITATION NOTICE
W -- Monthly, weekly and daily rates for; CLIN 0001, REQN: N4215809RCNA06, QTY (2) Electric Forklifts with swingmast.
- Notice Date
- 10/15/2008
- Notice Type
- Presolicitation
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018909TN002
- Response Due
- 10/22/2008
- Archive Date
- 11/6/2008
- Point of Contact
- Sharon Tapler 757-396-8363
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, 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 both FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ). The RFQ number is N00189-09-T-N002. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-27 and DFARS Change Notice 20080915. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 532490. The Fleet and Industrial Supply Center, Norfolk Maritime Industrial Division located at the Norfolk Naval Shipyard (NNSY), Portsmouth, VA requests responses from qualified sources for Monthly, weekly and daily rates for; CLIN 0001, REQN: N4215809RCNA06, QTY (2) Electric Forklifts with swingmast for the approximate time period from October 26th, 2008 to September 30th, 2009. Forklift Requirements: 1.Two (2) each forklifts required.2.3,000 to 3,500 LB capacity.3.20' Minimum high visibility mast.4.90 Degree pivoting and shifting swing mast design.5.Joy Stick control levers.6.Safety seat kill switch.7.Parking brake, hand actuated and brake lights.8.Battery discharge indicator.9.Strobe indicator light.10.Flashing back up light and back up alarm.11.Fire extinguisher.12.36V Electrical system.13.Lift capacity stenciled on mast.14.Seat belts.15.Operate within a 54 inch aisle.16.Inside usage.17.Planned maintenance schedule.18.Ultimately responsible for all services, repairs and provides a full service/maintenance agreement and other measures.19.Hold insurance on vehicle.20.Short term agreements for obtaining equipment to ease predictable peaks and fill temporary gaps in resources.21.Maintain equipment at the facility with PM/road serviced trucks.22.24 Hour service on site.23.Immediate replacement for inoperative equipment.24.Pick up and delivery. Rental Rates: Monthly: Weekly:Daily: CONTRACTOR RESPONSIBILITY:a)Equipment delivery and removal of equipment to NAVSHIPYDNOR at no cost to the government.b)Provide all parts requiring repair or replacement under circumstances of normal equipment wear and tear at no additional chargec)The contractor shall perform service request to repair and/or replace the forklift(s) within twenty-four (24) hours of notification by NNSY at no additional charge.d)Provide on site training for equipment start-up. Operation and basic maintenance as required.e)Provide all necessary manuals and schematics for start-up, operation and basic maintenance of forklifts as required. GOVERNMENT RESPONSIBILITY:a)Provide operatorsb)Perform basic maintenancec)Equipment movements within the shipyardd)Lost items and equipment damage beyond normal wear and tear NOTES:1.New or used equipment may be provided. NNSY reserves the right to inspect the proposed equipment prior to contract award.2.The government reserves the right to return one or all units at any time prior to the expiration of the rental period. The contractor agrees to prorate costs for the time the units are in use by NNSY only. The government agrees to give the contractor twenty-four (24) hours notice for return of units prior to expiration of rental period. NO LIFTING REQUIREMENTS NECESSARY At NNSY for consecutive twelve (12) month (periods of performance are for approx fifty-two (52) week's b/t October 26, 2008 and September 30, 2009. FOB Point is Destination. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders; Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders, the following clauses apply and are incorporated by reference: 52.217-6 Option for Increased Quantity; 52.219-28 Post Award small Business Program Rerepresentation,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; 52.225-13 Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer --Central Contractor Registration. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Within DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program; and 252.232-7003 Electronic Submission of Payment Requests. All clauses shall be incorporated by reference into any eventual purchase order. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. At a minimum, responsible sources shall provide the following: a price proposal on letterhead which for each of the requested items, with its monthly, weekly and daily unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Each offeror shall provide an original and one (1) copy of Product Data Information (descriptive literature) in accordance with the specifications set forth in the solicitation. Responses to this RFQ are due on 22 October 2008 by 3:00 p.m. Eastern Standard Time. Any questions with regard to this requirement shall be addressed to David A. Felling who can be reached at 757-396-8880, email david.felling@navy.mil, fax 757-396-8017. A secondary Point of Contact is Sharon Tapler who can be reached (757) 396-8346, email sharon.tapler@navy.mil. If the offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov: After reviewing the ORCA database information, the offeror certifies by submission of its quote that the representation and certifications currently posted electronically with regard to FAR 52.212-3, Offeror Representations and certifications Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of its quote. Quoters wishing to incorporate their representation and certifications in the ORCA database into their quote by reference shall affirmatively state their desire to do so. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include prices, FOB point, a point of contact, name and phone number, business size, and payment terms. Quotes shall also include descriptive literature sufficient to allow the government to make a determination of technical acceptability. Quotes lacking such descriptive literature may be considered technically unacceptable and not considered for award. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Quoters shall include a completed copy of 52.212-3 and it's ALT I and with quotes and DFARS 252.212-7000 or affirmatively state that their representations and certifications found in the ORCA database are incorporated into the quote by reference. Vendors shall submit their quotes either via facsimile (757-396-8017), or email to sharon.tapler@navy.mil. Quotes provided via facsimile shall be limited to 10 pages. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. All offers shall be evaluated for fair and reasonable price, technical acceptability, satisfactory past performance, delivery schedule and adherence to the applicable clauses/provisions. Award will be based on the contracting officer's decision as to which offer provides the best value to the Navy, price, past performance, and other factors considered. Assessing Proposals: Best Value determined via Delivery and Price being slightly more important than Past Performance. Offerors lacking relevant past performance history or for whom past performance information is not available, shall receive a neutral rating for past performance. A neutral rating will not be evaluated favorably or unfavorably. However, the offeror with no relevant past performance history, while rated neutral in past performance may not represent the most advantageous quotation to the Government. The Government reserves the right to acquire information for use in the evaluation of past performance from any source including sources outside of the Government. The Government will obtain whatever information it deems most relevant to the required effort by telephone and/or written inquiry. This information may include reviewing the Contractors Performance Assessment Reporting Systems (CPARS), past Performance Information Retrieval System (PPIRS), or past performance information from any source whatsoever. Written inquiries/correspondence and telephone interviews will be posted in the contract file. Although the PCO will seek to engage in an even-handed and fair evaluation process, the PCO is not obligated to engage in "equal" comparison of past performance of all offerors. For example, if two more instances of past performance data are available for one contractor, the PCO is not then required to search for past performance of two additional contracts for every offeror. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: price, past performance and delivery date. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. Price: The PCO will evaluate price. When the quotes are received, the PCO shall review the quotation and amendment(s) if issued Evaluation of Price: the offeror's proposed price will be evaluated on the basis of price reasonableness in accordance with FAR Subpart 13.106-3. The evaluation may include, but is not limited to: (1) Price competition/comparison(2) Completeness(3) Comparison with independent Government estimate The Government will evaluate quotations for award purposes by adding the total price for all items for all contract years (base year plus option years.) The government intends to award one contract for all items. Quotations on partial contract line items or subline items will not be evaluated or otherwise considered for award. Determination for Award to Best Value Offeror: Upon completion of this review, award will be made to the contractor, whose quotation, conforming to the Request for Quotation, is considered most advantageous to the Government, considering Past Performance, Delivery and Price. The Government reserves the right to select a contractor with other than the best past performance record if the pricing offered is so advantageous to the Government as to constitute a best value. Conversely, the Government may select a contractor submitting other than the lowest priced quotation if the quality of past performance constitutes the greatest value to the Government and the pricing quoted can be determined fair and reasonable by competition or another approved means. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2ff1a30801679d25055e6b235c196e6a&tab=core&_cview=1)
- Record
- SN01691833-W 20081017/081015214557-f30b099b44278dc77ef2e994ad9d5979 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |