SOLICITATION NOTICE
39 -- IDIQ Fork Lift Rentals
- Notice Date
- 7/31/2018
- Notice Type
- Presolicitation
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
- ZIP Code
- 98207-5005
- Solicitation Number
- N4523A18Q1307
- Archive Date
- 9/14/2018
- Point of Contact
- Scott Kearsley, Phone: 3604764180, Daniel J. Ellis, Phone: 3604764001
- E-Mail Address
-
scott.kearsley@navy.mil, daniel.ellis@navy.mil
(scott.kearsley@navy.mil, daniel.ellis@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) Contracting Office (Code 440) is issuing this pre-solicitation notice of a proposed contract action. This requirement is intended to be an IDIQ commercial service (leasing) contract with a maximum ordering capacity of $240,000 with a period of performance of five years running from 2018-2023. Project Background The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) is supporting Naval Air Station North Island (NASNI), San Diego who requires forklifts with various weight handling capacities and for varying lengths of time under the technical specifications provided in the upcoming solicitation. A complete RFQ package will be available on the governmentwide point-of-entry ( https://www.fbo.gov ) on or around 06 August 2018 to close on or around 21 August 2018. Review of received quotes shall be concluded on or around 27 August 2018. Initial contract performance shall take place on or around 31 August 2018. The North American Industry Classification System (NAICS) code for this acquisition is 532490 with a size standard of $32,500,000. Potential contractors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available for download at the above site; this office will not issue a hard copy of this solicitation. This requirement is intending to be a total small-business set-aside. By submitting an offer, the vendor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirement that a prospective awardee must be registered in the SAM database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make a contractor ineligible for award. Please direct all questions regarding this requirement via e-mail to Mr. Scott Kearsley at Scott.Kearsley@navy.mil or Mr. Daniel Ellis at Daniel.Ellis@navy.mil. The Deputy for Small Business for this procurement is Brenda Lancaster, brenda.lancaster@navy.mil. "THIS PRESOLICITATION IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR QUOTE (RFQ)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR THE PREPERATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ), IF ISSUED. IF A SOLICITATION IS RELEASED IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18Q1307/listing.html)
- Place of Performance
- Address: Naval Air Station North Island (NASNI), Roe Street, San Diego, California, United States
- Record
- SN05014147-W 20180802/180731231228-ebe3e4e1339df27bdaf13c5fac33545d (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 |