1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
2. Solicitation number is N3220519Q4565 and is being issued as a Request for Quotes (RFQ).
3. The solicitation document and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular (FAC) FAC 2019-02, Effective 06-05-2019, located on https://www.acquisition.gov.
4. The associated NAICS code is 333924 and the associated PSC code is 2090 for this procurement: NOTE: A Class Waiver is not applicable to a procurement unless the NAICS code, PSC, and NAICS Code Descriptor currently in effect, match the item(s) being procured.
1 is not being set-aside for small businesses.
0 is being set-aside for [insert small business program]. The small business size standard is [enter size standard.]
5. The table below lists the Contract Line Item Number(s) (CLIN(s)) and items, quantities and units of measure, inclusive of any applicable options:
PARTS
This is a Sole Source Requirement for MANITEX LIFTKING CORPORATION, service requirement specified in the equipment Technical Manual or component drawing for the specific piece of equipment.
CLIN DESCRIPTION QUANTITY PRICE
0001 MHE-LIFTKING LKUSN10 ROUGH TERRAIN FOLKLIFT WITH PINTLE HOOK ADAPTER, to include affiliated Freight /Shipping cost.
TRUCK, FORKLIFT, DIESEL, ENGINE DRIVEN, DS SAFETY RATED. Materials to Accomplish SOW for MSC-HQ MHE 1
0002 MHE-LIFTKING LKUSN10 ROUGH TERRAIN FOLKLIFT WITH PINTLE HOOK ADAPTER, to include affiliated Freight /Shipping cost.
TRUCK, FORKLIFT, DIESEL, ENGINE DRIVEN, DS SAFETY RATED. Materials to Accomplish SOW for MSC-HQ MHE 1
6. Statement of Work/ Additional Information:
1. VESSEL / ACTIVITY: MSC NORFOLK MHE (N32205)
2. REQUIREMENT: "Material/Parts" procurement
3. MATERIAL/PARTS TO BE ORDERED/PROCURED:
Part# Description Quantity (QTY) Unit Price Total Price
LK-USN10 Truck, Forklift, Rough Terrain 2
None Available Tine Mounted Pintle Adapter 2
Freight to be Included in unit price FBO destination.
4. NOMENCLATURE: LIFTKING Rough Terrain Forklift Model LK-USN10
5. SPECIFICATIONS: TRUCK, FORKLIFT, DIESEL ENGINE DRIVEN, 120-INCH LIFT HEIGHT, DS SAFETY RATED, PNEUMATIC RUBBER TIRES, ROUGH TERRAIN, LOW PROFILE, FOR SHIPBOARD USE. Truck shall meet or exceed the requirements of NAVSUP WSS PD-509, SPE8EC-13-D-0021-0002, and LIFTKING Technical Manual 0532-LP-115-6509.
**NOTE: Upon Contractual Award, our organization will provide affiliated MSC Serial Registration Numbers (ie. 23-XXXXX) to LIFTKING Manufacturing Corp. for application to the requisitioned MHE assets, IAW guidance listed in Para.10 referenced in the Statement of Work (SOW).**
6. VEHICLE TYPE: TYPE IV: 10,000-pound capacity at 48-inch load center, low profile
7. VEHICLE SALIENT CHARACTERISTICS:
- Rated Lifting Capacity 10,000
- Load Center 48"
- Lift Height 120"
- Maximum length with forks 220"
- Maximum Outside Turning Radius 135"
- Minimum Fording Depth 36"
- Maximum Vehicle Width 96"
- Minimum Free Lift Height 36"
- Maximum Collapsed Vehicle Height 91"
- Minimum Under clearance 10"
- Maximum Vehicle Weight 30,000 #
- Fork Length 72"
- Maximum Fork Width 6"
- Maximum Fork Thickness 2-3/4"
- Maximum Truck Speed with rated load 10 mph
- Minimum Fork Tilt Forward 14 degrees
- Minimum Fork Tilt Rearward 11 degrees
- Fork Spacing 15" - 84"
8. ADDITIONAL FEATURES:
- Chrome Hydraulic Cylinder Rods
- XTR Coating on all Hydraulic Fittings
- Anti Corrosive Spray coating on all Fittings
- Rear Mounted Pintle Hook with 25,000-pound minimum towing capacity
- Tine Mounted Pintle Hook Adapter (Ready for Mounting); bolt-on design; specifications per LIFTKING Drawings 108344 and 110496
9. REQUIRED DELIVERY DATE (RDD): If more time is need, please advise soonest.
- 1st Unit with Pintle Hook: 15 AUGUST, 2019 (**MSC Registration #: 23-19003)
- 2nd Unit with Pintle Hook: 15 AUGUST, 2019 (**MSC Registration #: 23-19004)
**NOTE: Vendor shall stencil/sticker the MSC registration numbers listed above onto the vehicles per NAVSUP WSS PD-509.
10. SHIPPING ADDRESS:
N3211A - MILITARY SEALIFT COMMAND
9276 THIRD AVENUE, BLDG. LP-26
NAVAL BASE NORFOLK
NORFOLK, VA 23511
M/F: MHE SUPPORT OFFICE (N44)
ATTN POCS: ROBERT HALL, PH.757-443-2482
TIM CHANCE, PH 757-341-2283
7. The required delivery is FOB Destination and acceptance date is 15 August 2019. Delivery and acceptance will occur at (above no.11)
8. The provision at FAR 52.212-1, Instructions to Offerors - Commercial applies to this acquisition and is incorporated by reference. The provision is amended as follows:
52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS
a. Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1.
b. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.
c. The term "offeror" or "offer" as used in FAR 52.212-1 shall be understood to mean "quoter" and "quote," respectively. Further, the term "award" shall be understood to describe the Government's issuance of an order.
d. The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable.
e. Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:
In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission:
Responsible sources shall provide the following:
1. Price quote which identifies the requested item(s), unit price inclusive of shipping (if any), and extended price
2. Total Firm Fixed price
3. Any Discount Terms
4. Estimated time of delivery
5. Technical Submission Requirements
a. For Parts/Supply buy, the quote shall contain a description including part number and title for each item listed in the solicitation to allow the Government to verify that the quoted parts match the requirements listed in the requirements schedule.
b. For a Services buy, the quote shall contain all pre-award submission/certification requirements as defined in the statement of work (SOW).
6. Responses to the solicitation are due 11:00 am EST, Tuesday, 02 July 2019. Quotes maybe e-mailed to Ms. Arnita Waters at [email protected]. To be considered timely, an E-mail quote must be received in its entirety in the designated E-mail inbox by the due date and time for quote submission. Quotes received after that time will be considered at the Government's sole discretion. Please reference the solicitation number on your quote.
Primary Point of Contact: Ms. Arnita Waters at 757-443-2483
Secondary Point of Contact: Mr. Donnie Leger at [email protected]
The Government will consider all quotes that are timely received and may consider late quotes in accordance with 52.212-1. Failure of a quote to address any items listed in the attached submission package may make a quote unacceptable.
9. Provision 52.212-2 Evaluation-Commercial Items (Oct 2014) applies to this acquisition.
(a) The Government may award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
(i) technical capability of the item offered to meet the Government requirement;
(ii) price;
Award shall be made to the lowest priced technically acceptable offeror in LPTA solicitations.
To be considered a technically acceptable solution for a parts procurement, the quoted parts shall meet the solicitation requirements including required parts, delivery dates, and terms and conditions stated in the solicitation. To be considered a technically acceptable solution for a service, the quoted service shall meet the solicitation requirements including terms and conditions stated in the solicitation. The quote shall state that all aspects of the technical requirement, including required delivery date and part numbers, can be met.
If utilized, a past performance evaluation will be conducted in accordance with FAR 13.106-2(b)(3)(ii)(C). The Government intends to utilize the Government Wide Past Performance Information Retrieval System (PPIRS) for past performance evaluations as a basis for anticipating successful/unsuccessful performance on this required effort. To be considered acceptable for past performance, a search of the PPIRS must reveal no negative past performance information for the recent and relevant records. In the event there are no recent and/or relevant PPIRS records, the quoter may submit information on recent and relevant subcontracts and/or commercial contracts. If no recent and relevant contracts are available in PPIRS or submitted by the offeror, the quoter's past performance record shall be considered "unknown." In the context of acceptable or unacceptable, "unknown" past performance shall be considered "acceptable." To be considered recent, the effort must either still be in progress or have been completed within the previous three (3) years from date of this draft award notice. To be considered relevant the record should be similar in terms of complexity, scope, and magnitude. "Scope" is defined as experience in areas defined in the SOW. "Magnitude" is defined as the measure of similarity of the volume, dollar value, and/or duration of work actually performed under the quoter's submitted contracts to the SOW. At the quoter's discretion, additional past performance information may be submitted with the quote as a supplement to PPIRS. If furnished, this submission will be evaluated in accordance with the procedures described above.
The Government will evaluate quoted pricing for reasonableness utilizing techniques described in FAR 13.106-3.
(b) Options. N/A
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror by the Government within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
10. All Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer.
11. Clause 52.212-4 Contract Terms and Conditions - Commercial items, applies to this acquisition.
12. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2019)
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: The following additional information is applicable to this acquisition:
(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).
(3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)
(4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note).
(b) _X_ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).
_X_ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note).
_X_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126).
_X_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
_X_ (28) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
_X_ (33) (i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627).
_X_ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
_X_ (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
_X_ (55) 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) (31 U.S.C. 3332).
13. The following additional information is applicable to this acquisition:
Number Title Date
52.204-7 System for Award Management Oct-18
52.204-7 Alt I System for Award Management Oct-18
52.204-13 System for Award Management Maintenance Jul-13
52.204-16 Commercial and Government Entity Code Reporting Jul-16
52.204-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation Jan-17
52.232-39 Unenforceability of Unauthorized Obligations Jun-13
52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec-13
52.247-34 F.o.b. Destination Nov-91
252.203-7000 Requirements Relating to Compensation of Former DOD Officials Sep-11
252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep-13
252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11
252.204-7000 Disclosure of Information Oct-16
252.204-7003 Control of Government Personnel Work Product Apr-92
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls Oct-16
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting Oct-16
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support May-16
252.211-7003 Item Unique Identification and Validation Mar-16
252.211-7008 Use of Government-Assigned Serial Numbers Sep-10
252.215-7007 Notice of Intent to Resolicit Jun-12
252.215-7008 Only One Offer Oct-13
252.223-7008 Prohibition of Hexavalent Chromium Jun-13
252.225-7000 Buy American--Balance of Payments Program Certificate Nov-14
252.225-7001 Buy American and Balance of Payments Program Dec-16
252.225-7002 Qualifying Country Sources as Subcontractors Dec-16
252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States. Jun-15
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Mar-08
252.232-7010 Levies on Contract Payments Dec-06
252.243-7001 Pricing of Contract Modifications Dec-91
252.244-7000 Subcontracts for Commercial Items Jun-13
252.246-7003 Notification of Potential Safety Issues Jun-13
252.246-7008 Sources of Electronic Part May-18
252.247-7023 Transportation of Supplies by Sea Apr-14
14. MSC SPECIFIC WIDE AREA WORKFLOW (WAWF) INSTRUCTIONS (AUG 2012)
The information contained in this instruction is supplemental to DFARS 252.232-7006.
The information contained in the table in DFARS 252.232-7006 is for WAWF purposes only. Information included in DFARS 252.232-7006 and this WAWF instruction apply only to WAWF Invoicing and WAWF Receiving Reports. Contradictory information elsewhere in this contract, e.g. Ship to DoDAAC, shall be followed per the terms and conditions of the contract.
When entering the invoice into WAWF, the Contractor shall fill in the DoDAAC fields or DoDAAC extensions exactly as shown in the table in DFARS 252.232-7006. Fields that should not be filled in when entering the invoice into WAWF will be indicated with the direction, "Leave Blank."
In some situations, the WAWF system will pre-populate the "Pay DoDAAC," "Admin By DoDAAC" and "Issue By DoDAAC." The Contractor shall verify that those DoDAACs automatically entered by the WAWF system match the information in the table in DFARS 252.232-7006. If these DoDAACs do not match, then the Contractor shall correct the field(s).
If Receiving Reports are required, ensure that the "Inspection" and "Acceptance" defaults of "destination" for both fields are not changed in the WAWF online interface.
The CLINs on the WAWF invoice shall be entered exactly as set forth in the contract document including CLIN number (e.g. 0001), Quantity (may be adjusted for actual quantity or dollar value delivered and invoiced), and Unit Price (e.g. $1.00). The dollar amounts on each CLIN or SubCLIN on the WAWF invoice shall reflect final performance values, but in no instance can the dollar amount for each CLIN or SubCLIN exceed what is specified in the contract document. The Contractor shall bill to the lowest level, e.g., the SubCLIN level. The Quantity and Unit of Measure fields must be filled out exactly as indicated in the CLINs and SubCLINs to reduce the possibility of the invoice being delayed or rejected during processing.
Before closing out of an invoice session in WAWF, but after submitting the document or documents, the Contractor will be given the option to send additional email notifications by clicking on the "Send More Email Notifications" link that appears on the page. The Contractor shall click on this link and add the Technical Point of Contact's (TPOC) or Contracting Officer's Representative's (COR) email address in the first email address block and add any other additional email addresses desired in the following blocks. This additional notification to the Government is important to ensure the acceptor/receiver is aware that the invoice documents have been submitted into the WAWF system.
15. This solicitation does not have a Defense Priorities and Allocation System (DPAS) rating.
16. MSC Terms and Conditions
Offers/quotes submitted in response to this solicitation shall not contain nor be subject to the offeror's/vendor's standard commercial terms and conditions. Any offer/quote submitted in response to this solicitation which includes the offeror's/vendor's standard commercial terms and conditions may be considered a material defect and may be rejected as being non-responsive to the solicitation.
17. Quotes may be only be e-mailed directly to [email protected], the sole designated E-mail address and inbox for receipt of E-mail submissions. No other electronic means of submission, used in whole or in combination with E-mail, is permitted. No other method of submission is acceptable.
E-mail quotes shall be in either Adobe or Microsoft Office format. Quoters are advised that the Government may be unable to receive other types of electronic files (e.g., .zip files) or files in excess of 20 megabytes. To be timely, an E-mail quote must be received in its entirety in the designated E-mail inbox by the due date and time for quote submission. Hand delivered and mailed quotes shall not be sent.
18. For additional information regarding this solicitation contact Arnita Waters at [email protected], (757) 443-2483.
Thank you