Federal Bid

Last Updated on 25 Jun 2021 at 9 PM
Combined Synopsis/Solicitation
Curtis bay Maryland

CGC 87' RDAP MANLIFT RENTALS

Solicitation ID 2121401Y6169040015
Posted Date 25 Jun 2021 at 9 PM
Archive Date 16 Jul 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Sflc Procurement Branch 3(00040)
Agency Department Of Homeland Security
Location Curtis bay Maryland United states 21226
  1. This is a combined synopsis/solicitation for a service contract, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued.
  2. Solicitation number 2121401Y6169040015 applies, and is issued as a Request for Quotation.
  3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03 (JUL 2019).
  4. This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 532490 and the business size standard is $7.0 MILLION. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. 

        Manlifts rentals needed for the CGC 87' RDAP

        OPTION 5 MONTHS 7/2/22-12/2/22. SITE VISIT IS ADVISED PLEASE CONTACT LT KAI THOMAS @ (410) 320-9200 FOR AVAILABLE DAY & TIME.

                  ITEM 0001 –

MANLIFT RENTALS, ONE BASE YEAR

Rental of (5) each JLG model E400AJPN (Narrow) and (1) 80 foot diesel powered JLG model 800AJ or equivalent in accordance with SOW. Rental is required for one year

                  Quantity: 1 JB.                   Performance start date: 07/05/2021

                   TOTAL COST: $________________

                  ITEM 0002 –

MANLIFT RENTALS, OPTION 5 MONTHS

Rental of (5) each JLG model E400AJPN (Narrow) and (1) 80 foot diesel powered JLG model 800AJ or equivalent in accordance with SOW. Rental is required for 5 months or government discretion

                  Quantity: 1 JB.                   Performance start date: 07/05/2021

                   TOTAL COST: $________________

              Place of Performance is: USCG PIER ONE (RDAP), 2401 HAWKINS POINT ROAD, BALTIMORE MD  21226.                        

  1. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2018).                      1.  Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information:                                                                                                           a) company’s complete mailing and remittance addresses,                                  b) discounts for prompt payment if applicable                                                  c) cage code,                                                                                                      d) Dun & Bradstreet number,                                                                             e) Taxpayer ID number.                                                                                 
      1. Offerors shall submit no more than three relevant past performance history including: contract number, point of contact and the contact information.
      2. Offerors shall agree to the deliver condition that the vendor shall start the performance within 48 hours of notification by the government.

Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer.  If any offeror is registered in ORCA, verification by the applicable vendor is needed to evidence that the record is current and valid.

  1. 52.212-2 Evaluation-Commercial Items (OCT 2014). – Delivery, pricing and relevant past performance are the evaluation factors.  Award may be made to other than the lowest price.  Award will be a best value decision.  All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value.  The evaluation and award procedures in FAR 13.106 apply.
  2. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2018) with Alt 1 included are to be submitted with your offers. 
  3. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2018) applies to this acquisition.
  4. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (OCT 2018).  The following clauses listed in 52.212-5 are incorporated:
    1. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards  (OCT 2018) (Pub.L. 109-282)(31 U.S.C. 6101 note).
    2. 52.204-99, System for Award Management Registration (Oct 2016) (DEVIATION)
    3. 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).
    4. 52.219-28, Post Award Small Business Program Rerepresentation (JUL      

      2013) (15 U.S.C. 632 (a)(2).

    1. 52.222-3 Convict labor (June 2003) (E.O. 11755)
    2. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (EO 11755)
    3. 52.222-26 Equal Opportunity (September 2016)(E.O. 11246)
    4.  52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
    5. 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627)
    6. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
    7. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
    8. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2018)(31.S.C. 3332). 
    9. 52.222-41, Service Contract Act of 1965 (AUG 2018) (41 U.S.C. 351, et seq.).
    10. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
    11. 52.233-3 Protest after award (Aug. 1996.)
    12. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004).
  1. Defense Priorities and Allocations System (DPAS): N/A
  1. QUOTES ARE DUE BY 12:00 PM EST on THURSDAY, 01 JULY 2021. Quotes may be emailed to [email protected]    
  2. POC is Brandie Dunnigan, Procurement Agent, 410-762-6446.
Bid Protests Not Available

Similar Past Bids

Curtis bay Maryland 30 Jun 2021 at 5 PM
Natick Massachusetts 01 Nov 2016 at 3 PM
Curtis bay Maryland 08 Oct 2020 at 3 PM
Curtis bay Maryland 28 Aug 2024 at 6 PM
Curtis bay Maryland 12 Jul 2024 at 3 PM

Similar Opportunities

Curtis bay Maryland 12 Aug 2025 at 4 PM
Curtis bay Maryland 11 Jul 2025 at 4 PM
Curtis bay Maryland 11 Jul 2025 at 1 PM
Curtis bay Maryland 14 Jul 2025 at 6 PM