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 ********