SOLICITATION NOTICE
W -- Forklifts
- Notice Date
- 8/3/2020 5:46:34 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- FEMA WASHINGTON DC 20472 USA
- ZIP Code
- 20472
- Solicitation Number
- 70FB7020Q00000051
- Response Due
- 8/6/2020 8:00:00 AM
- Archive Date
- 08/21/2020
- Point of Contact
- Danyelle Wilcox
- E-Mail Address
-
Danyelle.Wilcox@fema.dhs.gov
(Danyelle.Wilcox@fema.dhs.gov)
- Description
- Solicitation Number: 70FB7020Q00000051 Notice Type: Combined Synopsis/Solicitation 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. 2. The solicitation number is 70FB7020Q00000051 and is issued as a Request for Quote (RFQ). Under this requirement, Federal Emergency Management Agency (FEMA) intends to award single commercial, Firm Fixed Price (FFP) contract. 3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86. The applicable North American Industry Classification Standard (NAICS) code is 532490. The small business size standard is $35.0. This is restricted, small business only. 4. FEMA intends to purchase the below contract line items. This is FOB Destination � shipping costs to destinations listed in the Statement of Work (SOW) shall be included in the Unit Price. CLINs Description Unit Unit Price Total Price 0001 Sit Down Forklifts Each 0002 Stand Up Forklifts Each 5. Description of requirements for the items to be acquired: The Department of Homeland Security (DHS)/Federal Emergency Management Agency (FEMA) has a requirement to lease Sit Down and Stand Up forklifts to be delivered to FEMA destinations listed in the SOW. In order to continue supporting COVID192020, the Distribution Management West Branch, Tracy Distribution Center needs to create a service contract to lease different forklift equipment and/or accessories, that assist in the storage and movement of goods and equipment in building 330 on Sharpe Army Depot and federal staging area (FSA) location. 6. Delivery, Inspection, Acceptance and FOB Point of Contact will be provided to awardee(s). The government is requiring the lease of forklifts to be delivered to Tracy Distribution Center. A FEMA representative will sign for the receipt of all the components at each location. This signature includes inspection and acceptance of the components. 2 7. PROVISIONS AND CLAUSES: In case of inclement weather not permitting arrival of participants, the Government reserves the right to make one adjustment to the period of performance with advance notice. All referenced FAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/vffar1.htm and HSAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/VFHSARA.HTM. a. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. b. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: The Government intends to award a commercial purchase order resulting from this solicitation to the Lowest Price Technically Acceptable (LPTA) responsible offeror. The factors below above will be the evaluation factors used to evaluate all offers received. Quotes must be specific in details and clearly identify all the government requirements. (1) Technical (2) Price A decision on the technical acceptability of each offeror�s quotations will be made. For those offerors which are determined to be technically acceptable, award will be made to that vendor with the lowest overall price. The Government intends to make an award based on the initial quotations. If further questions are required, the contracting officer may contact the offeror(s) for clarification. The Government may make award without discussions. Award will be made to the responsible offeror whose quotation conforms to all solicitation requirements, such as terms and conditions, representations and certification, technical requirements and provides the Lowest Price Technically Acceptable based on the results of the evaluation described below. Factor 1: Technical Acceptability 1) The offeror must be able to meet the requirement outlined in SOW to receive a technical rating. � An evaluation rating of technically Acceptable/Unacceptable will be assigned upon completion of the technical quotation evaluation. If an offeror receives a technical rating of �Unacceptable� they will not be considered for contract award. Rating Definition Acceptable The offeror�s proposed delivery terms and items meet or exceed the minimum specifications as identified in the Statement of Work. 3 Unacceptable The offeror�s proposed delivery terms and items DO NOT meet the minimum specifications as identified in the Statement of Work. Factor 2: Price The total price will be used to conduct price analysis, using one or more techniques in accordance with FAR 15.404-1(b)(2) to determine fair and reasonable pricing. a. All prospective offerors must be actively registered in the System for Awards Management (SAM) at the time of proposal submission. b. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is incorporated by reference. c. The following clauses cited within FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: � 52.203-5, Covenant Against Contingent Fees � 52.203-6, Restrictions on Subcontractor Sales to the Government � 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights. � 52.204-9 Personal Identity Verification of Contractor Personnel � 52.204-18 Commercial and Government Entity Code Maintenance � 52.204-21 Basic Safeguarding of Covered Contractor Information Systems. � 52.209-7, Information Regarding Responsibility Matters � 52.222-50, Combating Trafficking in Persons � 52.222-3, Convict Labor � 52.223-6 Drug-Free Workplace � 52.222-21, Prohibition of Segregated Facilities � 52.222-26, Equal Opportunity � 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans � 52.222-36, Affirmative Action for Workers with Disabilities � 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans � 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving � 52.224-1 Privacy Act Notification Apr 1984 � 52.224-2 Privacy Act Apr 1984 � 52.225-5, Trade Agreements � 52.225-13, Restrictions on Certain Foreign Purchases � 52.225-18, Place of Manufacturer � 52.232-1, Payments 4 � 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration � 52.233-2, Service of Protest � 52.233-3, Protest after Award � 52.243-1, Changes � Fixed Price � 52.244-6, Subcontracts for Commercial Items 8. Quotes must include company name, company DUNS number, CAGE Code, and point of contact information. 9. The Defense Priorities and Allocation System (DPAS) DOES NOT apply to this acquisition. 10. All responsible sources should submit quotes to Danyelle.Wilcox@fema.dhs.gov by 11 am EST, Thursday, August 6, 2020. Technical and/or administrative questions must be submitted in writing to Danyelle.Wilcox@fema.dhs.gov no later than 11:00 am EST, Wednesday, August 5, 2020. Individual responses will not be given. Responses to all inquiries will be published by amendment to the solicitation and posted to BetaSam. Inquiries and information received after the established deadline will only be answered/addressed if considered essential to the requirement and in the best interest of the Government. 11. Further details regarding the requirement can be found in the attachments: a. SF1449 b. Local Clauses & Billing Instructions c. Two (2) Statement of Works (SOW) entitled, �Stand up Forklift Rental� and �Sit down Forklift Rental�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d7b36aaa321944fea4b121b4d08461e4/view)
- Place of Performance
- Address: Lathrop, CA 95330, USA
- Zip Code: 95330
- Country: USA
- Zip Code: 95330
- Record
- SN05742881-F 20200805/200803230144 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |