|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 18,1998 PSA#2119Purchase Services Branch, Attn: Code 535.3, Portsmouth Naval Shipyard,
Portsmouth Naval Shipyard, Portsmouth, NH 03801-2590 W -- RENTAL OF 60FT MANLIFTS SOL N00102-98-Q-1152 DUE 070698 POC D.
Moulton, 207-438-2567 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; quotations
are being requested and a written solicitation will not be issued. This
announcement/solicitation is issued as N00102-98-Q-1152 and
incorporates provisions and clauses effective through Federal
Acquisition Circular 97-03. This acquisition is NOT reserved for Small
Business; however, the quoter's size status may affect entitlement to
award in the case of a tie. The standard industrial classification
(SIC) code is 7359 and the small business size standard is $5million in
annual receipts. Item 0001 -- Rental of one (1) boomlift, estimated ten
(10) week(s). Item 0002 -- Rental of one (1) boomlift, estimated ten
(10) week(s). Item 0003 -- Rental of one (1) boomlift, estimated ten
(10) week(s). Item 0004 -- Rental of one (1) boomlift, estimated ten
(10) week(s). Please provide Delivered and Pickup prices in the weekly
rate for rental. Specifications as follows: Diesel operated with a
sixty (60) foot boom with riser capable of pitching and pivoting. Two
wheel drive, rubber tired manlift. C.1: Manlifts shall be capable of
being lowered into the drydocks by an overhead crane without special
handling gear. The weight of the manlifts shall be furnished upon
request by the Government. Government intended use is for the
maintenance of facilities and utilities, drydock repairs, submarine
work with the exception of spray painting/sandblasting operations. The
contactor will provide a firm fixed price regardless of hours used.
C.2: The contractor shall maintain a stringent maintenance program and
be responsible for all routine maintenance, escept for daily checks of
liquid levels. The contractor shall provide forty-eight (48) hour
notification to the Government prior to providing preventative
mainenance (PM) of the manlifts on site. C.3: The equipment shall be
delivered in First Class operating condition. The unit shall have no
visible leaks during operation or sitting idle. C.4: The contractor
shall be responsible for equipment fialure not arising our of abuse or
negligence by the Government. C.5: In the event of a breakdown,
service shall be provided within four (4) hours of notification to the
contractor. In the event the equipment cannot be returned to service
within twenty-four (24) hours, causes a work stoppage or major
disruption to schedules a replacement shall be provided by the
contractor at no extra charge to the Government. Contractor to provide
a point of contact and telephone number for use in requesting service
if problems arise with the manlifts: C.6: During routine maintenance,
or emergency breakdown repairs, the contractor shall provide liquid
spill protection to the ground surface. All spills shall be contained
and cleaned up prior to leaving the site. If spill is caused by a
broken or leaking liquid line or some other system on the contractor's
unit, the Shipyard spill team will be alerted to contain spill unitl
the contractor can make the necessary repiars. It shall be the
responsiblity of the contractor to reimburse the Government for
containing the spill and shall clean the area prior to leaving the
site. C.7: Transportation -- All delivery and pick-up charges are the
responsibility of the contractor. C.8: The contractor shall provide to
the Government a lifting/rigging configuration with quotation. Failure
to do so may result in rejection of quotation. Period of Performance is
estimated to be 03 Aug 1998 through 08 Oct 1998. Place of delivery:
Thirty Second Street Naval Station Graving Dock, San Diego CA 92135 The
following clauses/provisions from the Federal Acquisition Regulation
(FAR) apply: 52.212-1, Instructions to Offerors -- Commercial;
52.212-2, Evaluation -- Commercial Items (paragraph [a] includes
evaluation under the Navy's Red/Yellow/Green Program); 52.212-4,
Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract
Terms and Conditions Required to Implement Statutes or Executive Orders
-- Commercial Items; 52.215-5 Facsimile Proposals (207/438-1251). In
addition, anyone responding to this notice must provide a completed
copy of the FAR provision 52.212-3, Offeror Representations and
Certifications -- Commercial Items, with their response (Note: FAR text
is available through the world wide web at: http://www.arnet.gov/far/).
The closing date for receipt of quotations is 06 July 1998 at 3:00PM
local time. Point of contact for additional information is: D. Moulton,
207/438-2567. (0167) Loren Data Corp. http://www.ld.com (SYN# 0120 19980618\W-0001.SOL)
W - Lease or Rental of Equipment Index Page
|
|