Search Contract Opportunities

Rent (2) 135' Boom Lifts JLG 1350SJP C700 x98   2

ID: N3904021Q0004 • Type: Synopsis Solicitation

Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12, 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 BETASAM.

The Request for Quotation (RFQ) number is N3904021Q0004. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-01 and DFARS Change Notice 2020-0929. 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/browse/index/far and https://www.acq.osd.mil/dpap/dars/change_notices.html

The NAICS code is 532490 and the Small Business Standard is $32.5 million. This is a 100% Small Business Set-Aside solicitation.

Written quotes are required (oral offers will not be accepted). Quotes will be received by email only. Send to: steven.carlberg@navy.mil

The Portsmouth Naval Shipyard requests responses from sources capable of providing the rental and maintenance of two (2) 135' JLG Manlifts, in accordance with the following:

The Contractor shall provide the following:

CLIN 0001: 11 Months 135' boom lift, JLG 1350SJP in accordance with Statement of Work. Period of Performance between 11/1/2020 9/30/2021.

CLIN 0002: 4 Months 135' boom lift, JLG 1350SJP in accordance with Statement of Work. Period of Performance between 11/1/2020 2/28/2021.

See attached RFQ for details

  • Place of performance: Portsmouth Naval Shipyard, Kittery, ME
  • Award will be made based on the lowest price, technically acceptable

Please include payment terms and the primary point of contact in the quotation.

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:

C-202-H001 Additional Definitions Basic (Navsea) (Oct 2018)

C-204-H001 Use Of Navy Support Contractors For Official Contract Files (Navsea)(Oct 2018)

C-211-H018 Approval By The Government (Navsea) (Jan 2019)

C-223-H003 Exclusion Of Mercury (Navsea) (Mar 2019)

C-223-N001 Radiological Indoctrination, Postings And Instructions (Navsea) (Oct 2018)

C-223-W002 On-Site Safety Requirements (Navsea) (Oct 2018)

C-237-H001 Enterprise-Wide Contractor Manpower Reporting Application (Navsea) (Oct 2018)

C-237-H002 Substitution Of Key Personnel (Navsea) (Oct 2018)

C-247-H001 Permits And Responsibilities (Navsea) (Dec 2018)

D-211-H002 Marking Of Reports (Navsea) (Oct 2018)

D-247-H004 Marking And Packing List-Basic (Navsea) (Oct 2018)

D-247-W001 Prohibited Packing Materials (Navsea) (Oct 2018)

E-246-H016 Inspection And Acceptance Of F.O.B. Destination Deliveries (Navsea) (Oct 2018)

F-211-H021 Delivery Or Performance (Navsea) (Mar 2019)

F-211-W001 Partial Deliveries (Navsea) (Oct 2018)

F-247-H004 Restrictions For Shipping To Military Air Or Water Port/Terminal (Navsea) (Oct 2018)

F-247-N002 Instructions For Deliveries To The Portsmouth Naval Shipyard (Navsea) (Mar 2019)

G-232-H002 Payment Instructions And Contract Type Summary For Payment Office (Navsea) (Jun 2018)

G-232-H005 Supplemental Instructions Regarding Invoicing (Navsea) (Jan 2019)

G-242-H001 Government Contract Administration Points-Of-Contact And Responsibilities (Navsea) (Oct 2018)

G-242-H002 Hours Of Operation And Holiday Schedule (Navsea) (Oct 2018)

G-242-W001 Contract Administration Functions (Navsea) (Oct 2018)

H-223-N001 Information On Exposure To Hazardous Material (Navsea) (Jan 2019)

M-215-H004 Basis Of Award (Navsea) (Dec 2018)

52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements Representation

52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

52.204-7, System for Award Management

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

52.204-13, System for Award Management Maintenance

52.204-16, Commercial and Government Entity Code Reporting

52.204-17, Ownership or Control of Offeror

52.204-18, Commercial and Government Entity Code Maintenance

52.204-19, Incorporation by Reference of Representations and Certifications

52.204-20, Predecessor of Offeror

52.204-21, Basic Safeguard of Covered Contractor Information Systems

52.204-22, Alternative Line Item Proposal

52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services of Equipment

52.209-2, Prohibition on Contracting with Inverted Domestic Corporations--Representation

52.209-6, Protecting the Government's Interest When Subcontracting

52.209-10, Prohibition on Contracting With Inverted Domestic Corporations

52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction

52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use

52.211-15, Defense Priority and Allocation Requirements

52.212-1, Instructions to Offerors - Commercial Items;

52.212-2, Evaluation - Commercial Item

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

52.216-1 Type of Contract: Firm Fixed Price

52.217-5, Evaluation of Options

52.217-9, Option to Extend the Term of the Contract, 15 days with 30 day notification

52.219-1, Small Business Program Representation

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

52.219-8, Utilization of Small Business Concerns

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

52.222-50, 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

52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation

52.225-13, Restriction on Foreign Purchases

52.225-25, Prohibition on Contracting

52.232-33, Payment by Electronic Funds Transfer - System for Award Management

52.232-36, Payment by Third Party

52.232-39, Unenforceability of Unauthorized Obligations

52.232-40, Providing Accelerated Payments to Small Business Subcontractors

52.233-3, Protest After Award

52.233-4, Applicable Law for Breach of Contract Claim

52.242-15, Stop-Work Order

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

52.253-1, Computer Generated Forms

Offerors 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 252.203-7002, Requirement to Inform Employees of Whistleblower Rights

DFARS 252.203-7003, Agency Office of the Inspector General

DFARS 252.203-7005, Representation Relating to Compensation of Former DOD officials

DFARS 252.204-7003, Control of Government Personnel Work Product

DFARS 252.204-7004 Alt A, System for Award Management

DFARS 252.204-7006, Billing Instructions

DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls

DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident

Information

DFARS 252.204-7011, Alternative Line Item Structure

DFARS 252.204-7012 (Dev), Safeguarding Covered Defense Information and Cyber Incident Reporting

DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors

DFARS 252.211-7003, Item Unique Identification and Valuation

DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors

DFARS 252.223-7008, Prohibition of Hexavalent Chromium

DFARS 252.225-7013, Duty-Free Entry

DFARS 252.225-7031, Secondary Arab Boycott of Israel

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 252.243-7001, Pricing of Contract Modifications

DFARS 252.244-7000, Subcontracts for Commercial Items

DFARS 252.247-7023, Transportation of Supplies by Sea

This announcement will close on Tuesday, 20 October 2020. Contact Steven Carlberg by email at steven.carlberg@navy.mil. Oral communications are not acceptable in response to this notice.

System for Award Management (SAM): Vendors must be registered in the SAM database to get the award. Registration is free and can be completed on-line at http://www.sam.gov/.

All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, and payment terms.

Quotes 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 ********

Overview

Response Deadline
Oct. 20, 2020, 2:00 p.m. EDT Past Due
Posted
Oct. 14, 2020, 9:52 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Kittery, ME 03904 United States
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Signs of Shaping
The solicitation is open for 6 days, below average for the Naval Sea Systems Command. 68% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 10/14/20 Naval Sea Systems Command issued Synopsis Solicitation N3904021Q0004 for Rent (2) 135' Boom Lifts JLG 1350SJP C700 x98 due 10/20/20. The opportunity was issued with a Small Business (SBA) set aside with NAICS 532490 (SBA Size Standard $40 Million) and PSC W039.
Primary Contact
Name
Steven Carlberg   Profile
Phone
(207) 438-2422
Fax
None

Secondary Contact

Name
Cody Grey   Profile
Phone
(207) 438-4930
Fax
2074384193

Documents

Posted documents for Synopsis Solicitation N3904021Q0004

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation N3904021Q0004

Award Notifications

Agency published notification of awards for Synopsis Solicitation N3904021Q0004

Contract Awards

Prime contracts awarded through Synopsis Solicitation N3904021Q0004

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N3904021Q0004

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N3904021Q0004

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA SHIPYARD > PORTSMOUTH NAVAL SHIPYARD GF
FPDS Organization Code
1700-N39040
Source Organization Code
500022126
Last Updated
Oct. 14, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
Oct. 20, 2021