California Bids > Bid Detail

W039 - RENTAL 135FT JLG BOOM LIFT

Agency:
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159771955530880
Posted Date: Feb 27, 2024
Due Date: Feb 29, 2024
Source: https://sam.gov/opp/bd0434342f...
Follow
W039 - RENTAL 135FT JLG BOOM LIFT
Active
Contract Opportunity
Notice ID
N0024424Q0102
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP GLOBAL LOGISTICS SUPPORT
Sub Command 2
NAVSUP FLC SAN DIEGO
Office
NAVSUP FLT LOG CTR SAN DIEGO
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Feb 27, 2024 10:57 am PST
  • Original Date Offers Due: Feb 29, 2024 01:00 pm PST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 07, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: W039 - LEASE OR RENTAL OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT
  • NAICS Code:
    • 532490 - Other Commercial and Industrial Machinery and Equipment Rental and Leasing
  • Place of Performance:
    Naval Air Station North Island , San Diego, , CA 92135
    USA
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested, and a written solicitation document will not be issued.
The solicitation number N00244-24-Q-0102 and it is being issued as a Request for Quote (RFQ). RFQ N00244-24-Q-0102 shall be used to reference any written quote provided under this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-03 published in the Federal Register on January 22, 2024 Small business joint venture offerors have to submit the joint venture representations at paragraph (c) of Federal Acquisition Regulation (FAR) solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, with each offer.

This is a Small Business Set-Aside competition requirement.
The North American Industry Classification System (NAICS) code for this project is 532490 with a size standard of 40M.

All interested companies shall provide a quotation for:

0001 Four 135 FT. JLG
0002 Delivery Fee Delivery Time 8:00am San Diego, Ca Time
0003 Pick up Fee Pick up Time: 2:00 pm San Diego, Ca Time
SEE ATTACHED SOW STATEMENT OF WORK

Period of Performance: 04 March 2024 - 20 May 2024

Delivery Address:
Naval Air Station North Island
San Diego, CA 92135
Pier Juliet
M/F: USS Carl Vinson (CVN-70)
BLDG. 1 QUAY RD.
NORTH ISLAND, CA 92135
Addenda to provision 52.212-1 are included herein. The provision 52.212-2 is applicable and specific evaluation criteria included in paragraph (a) of the provision.
Award shall be made to the quoter, whose quotation, is evaluated as the technically acceptable, past performance and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor meeting or exceeding the requirement listed in the Statement of Work (2) Past Performance and (3) price. Offerors shall include a completed copy of provision 52.213-3 and its Alternate I with its quote. The clause 52.212-4 is applicable. The clause 52.212-5 is applicable and properly indicated with which FAR provisions and clauses are applicable to this procurement.

Additional Contract requirements:
NOTE 1: Failure to provide all of the items in the SOW will result in rejection of quotation.
The vendor must be able to meet all of these requirements and must submit a quote that identifies and shows they can meet all of these requirements. Otherwise, the quote will be rejected, and the vendor will not be considered for award.
NOTE 2: Failure to meet the Evaluation Criteria will result in rejection of quotation.
NOTE 3: NO partial bids allowed.
NOTE 4: The method of payment for this procurement shall be Government Purchase Card.

Defense Priorities and Allocations System (DPAS) and assigned rating: N/A
This combined synopsis/solicitation will close at 5:00 PM (PST) San Diego, California Time on 29 Feb 2024. Submit vendor quote to the Contract Specialist, Ms. Leliza G. Sarino, via email to the address leliza.g.sarino2.civ@us.navy.mil and stating - SOLICITATION N00244-24-Q-0102 RENTAL 135FT JLG BOOM LIFT.

Questions on this solicitation shall be submitted to the Contract Specialist via email.
The Government will attempt to answer all questions in timely manner and will be made available publicly. However, question(s) submitted near the solicitation closing date may not provide sufficient time for the Government to respond. Therefore, quoters are hereby directed to submit question(s) not later than 5:00 PM San Diego, California time on 28 February 2024.QUESTIONS AND CONCERNS REGARDING THIS SOLICITATION HAVE TO BE SUBMITTED VIA EMAIL. ANSWERS FOR THIS SOLICITATION WILL ONLY BE RESPONDED VIA EMAIL.

52.212-2        EVALUATION--COMMERCIAL ITEMS (OCT 2014)

(a)        The Government will make a single award to the responsible Offeror using a best value.
The award will be based on the combined evaluations of technical acceptability, past performance, and price.
Technical acceptability will be evaluated on an Acceptable/Unacceptable basis, only offerors rated as Acceptable on Technical will then be considered for award. Past performance and price will be subject to the best value trade-off process, with past performance being more important than price. The importance of price as an evaluation factor will increase with the degree of equality of the quotes in relation to the non-price factors. When technically acceptable proposals quotes/offers are considered essentially equal in terms of past performance, or when price is so significantly high as to diminish the value of past performance information to the Government, price may become the determining factor for award.
The trade-off process is further described below.

a. If a technically acceptable Offeror is better in terms of past performance and has the
lowest price, that offeror may be considered to be the best value.

b. If a technically acceptable Offeror is better in terms of past performance, but does
not have the lowest price, the Government will evaluate whether the differences in the past
performance factor is worth the differences in price. If the differences are considered to be worth
the differences in price, the offeror with the higher price may be considered the better value. If
not, the offeror with the lower price may be considered the better value

Factor I - Technical
Factor II - Past Performance
Factor III- Price

Offeror(s) is(are) required to include a completed copy of the provisions at 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and 52.212-3, Offeror Representations and Certifications - Commercial Items, with their quotation.
Addenda to provision 52.212-1 are included herein. The provision 52.212-2 is applicable and specific evaluation criteria included in paragraph (a) of the provision. Offerors shall include a completed copy of provision 52.213-3 and its Alternate I with its quote. The clause 52.212-4 is applicable. The clause 52.212-5 is applicable and properly indicated with which FAR provisions and clauses are applicable to this procurement. The following FAR/DFARS provisions and clauses apply to this solicitation and are incorporated by reference.
Attachments/Links
Contact Information
Contracting Office Address
  • 3985 CUMMINGS ROAD BLDG 116
  • SAN DIEGO , CA 92136
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 27, 2024 10:57 am PSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >