Please Acknowledge Amendment 1 by completing Items 8 and 15 and submitting 1 copy of the amendment.
N68520-25-Q-0029
REQUEST FOR Quote (RFQ)
Electric Slab Scissor Lift Lease (FRCSW)
Title of Requirement:
Electric Slab Scissor Lift Lease for Fleet Readiness Center South West (FRCSW)
This is a combined synopsis/solicitation for commercial services prepared in accordance with (IAW) the format in 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; quotes are being requested and a written solicitation will not be issued. The Government intends to purchase on a firm fixed-price basis and to solicit and negotiate the proposed purchase order on a Full & Open Competition basis under the authority of FAR part 12 and FAR Part 13 procedures.
Set Aside: None. This will be a full and open competition. NAICS code for this announcement is 532310, and small business size standard is 9 (millions of dollars).
SOLICITATION CLOSING DATE:
Interested persons must submit quotes to respond to the requirement. All quotes must be received by 4:00 PM EDT April 11, 2025, to be considered by the Government. Interested parties shall submit their quotes via email to sean.s.quigley.civ@us.navy.mil
Submission:
All interested vendors MUST submit quotes.
In addition to information required hereunder, Quotes shall include the following:
• Price (inclusive of shipping) and any discount terms
• Vendor Contact Name, Phone Number and Email Address
• Company Cage Code and Unique Entity ID Number
• Business Size: Small/Large/Other: _______________
• Place of Manufacture
• Terms of Warranty
• Any Lead time for manufacturing
• A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the Statement of Work. This may include product literature, or other documents, if necessary
To obtain or renew a Unique Entity ID Number and/or CAGE code, please visit https://beta.sam.gov/.
All companies must be registered in the System for Award Management at https://beta.sam.gov/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instructions shall be provided at time of award
Contract Type:
The Government intends to award on a firm fixed-price basis and to solicit and award the proposed purchase order on an unrestricted basis per FAR 19.502-2(a). Offerors must be registered in the System for Award Management (SAM) Database prior to submission of an offer to be considered for award of any DoD contract. This may be accomplished electronically at http://www.sam.gov/vendor.cfm.
Description of Requirement:
N68520-25-Q-0029
This effort is for the lease of four (4) electric slab scissor lifts to be used by Fleet Readiness Center SouthWest (FRCSW) personnel for the surface preparation at Naval Aircraft Naval Air Station, North Island in San Diego, California. There are five (5) CLINs (one base year and four option year periods) for the combined lease inclusive of delivery and pickup, in the unit of measure “lot”.
Please see attached RFQ for full requirements
Delivery, Inspection, and Acceptance:
Deliver FOB Destination. Delivery to Tom Sapien at Fleet Readiness Center Southwest (FRCSW), Naval Air Station (NAS) North Island Building 465 San Diego, CA 92135.
Partial delivery is NOT accepted.
Conformance to SOW:
You must provide the supplies and services in accordance with the Statement of Work. Unless an exception is specifically noted within your quote, your quote will be considered to be in complete conformance to the solicited requirements.
SOLICITATION CLOSING DATE:
Interested persons must submit quotes to respond to the requirement. All quotes must be received by 4:00 PM EST April 11, 2025, to be considered by the Government.
BASIS FOR SELECTION:
Contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106 and commercial procedures in accordance with FAR Part 12. The Government will 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:
(1) Technical: The quote must be rated as technically acceptable to be eligible for award. In order to be technically acceptable, the Quote must demonstrate compliance with all terms and conditions of the solicitation, compliance with all salient characteristics identified in the Statement of Work. The Quote must provide sufficient detail to demonstrate that the vendor understands the scope of the Government's requirements.
Quotes that fail to meet the above will be technically unacceptable and rejected.
(2) Price.
(3) The Supplier Performance Risk System (SPRS) application (https://www.sprs.csd.disa.mil) will be used in the evaluation of suppliers' past performance in accordance with DFARS 213.106-2(b)(i).
This is a competitive lowest price, technically acceptable acquisition following simplified acquisition procedures IAW FAR part 13 in which competing offerors price will be evaluated on a basis significantly more important than technical. By submission of its offer in accordance with the instructions provided in clause FAR 52.212-1, Instructions to Offerors, the offeror accedes to the terms of this model contract and all such offers shall be treated equally except for their prices and technical records. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows:
Basis for award will be Lowest Price Technically Acceptable (LPTA). Beginning with the lowest priced offer, the contracting officer will seek recent and relevant technical information on all offers based on the references provided by the offeror, if the lowest priced evaluated offer is judged technically acceptable, then that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. If the lowest priced offeror is not judged technically acceptable, the next lowest priced offeror will be evaluated, and the process will continue (in order by price) until an offeror is judged technically acceptable or until all offerors are evaluated.
Discussions:
The Government intends to award a purchase order without discussions with respective vendors. The Government however, reserves the right to conduct discussions/interchanges if deemed in its best interest. Communication conducted to resolve minor or clerical errors will not constitute interchanges and the contracting officer reserves the right to award a contract without the opportunity for revision. The Government reserves the right to hold interchanges using Interchange Notices (INs) if, during the evaluation, it is determined to be in the best interest of the Government. Offeror responses to INs will be considered in making the award decision. The Government may conduct Interchanges with one, some, none, or all Vendors at its discretion.
Cost of Quotes:
Expenses incurred in the preparation of quotes in response to this RFQ are the vendor’s sole responsibility and not reimbursable by the Government.
Invoicing and Payment:
Invoices shall be submitted as a 2-in-1 or Combo invoice via Wide Area Workflow (WAWF) to a WAWF acceptor that will be identified in the resulting contract per DFARS Clause 252.232-7006 Wide Area Work Flow. It is the Contractor’s responsibility to register in the WAWF system in order to insure prompt payment. Once the invoice is received in WAWF, the Acceptor will review and if correct accept it for payment. Vendor agrees with the clauses in section G. The Government will not pay for any information received.
Applicable Provisions and Clauses:
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-07. The Government intends to include the following FAR and DFAR clauses and provisions, either by reference or in full text in the resulting award.
NOTE: The FAR and DFARS clauses may be accessed in full text at
http://www.acquisition.gov/browse/index/far.
The following provisions or clauses included by reference or by full text are required to be stated in the combined synopsis/solicitation and are not fully exhaustive of all the contained provisions and clauses. Please refer to the attached RFQ N68520-25-Q-0029 for all the incorporated provisions and clauses.
The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition with no addendums.
The provision at 52.212-2 Evaluation-Commercial Products and Commercial Services, applies to this acquisition, using the evaluation criteria Technical, Price, and Past Performance
Offerors must include a completed copy of the provision at 52.212-3 (DEV)(RMBO), Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer.
The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition with no addendums.
The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and the following FAR clauses are applicable:
- 52.203-19
- 52.204-10
- 52.204-23
- 52.204-25
- 52.204-27
- 52.209-6
- 52.209-10
- 52.219-4
- 52.219-28
- 52.222-3
- 52.222-36
- 52.222-50
- 52.226-8
- 52.232-33
- 52.232-40
- 52.233-3
- 52.233-4
- 52.222-19
- 52.240-1
Offers must complete the certification in FAR 52.209-11, Representation by Corporation Regarding Delinquent Tax Liability or a Felony conviction under any Federal Law. Please complete certification and provide with your quote.
Attachments:
- Request for Quote (RFQ) N6852025Q0029
QUESTIONS AND INQUIRIES CONCERNING THIS RFQ:
All questions and inquiries concerning any aspect of this requirement must be submitted in writing to Sean Quigley, sean.s.quigley.civ@us.navy.mil; Telephone requests will not be honored. Deadline for submittal of questions is April 11, 2025 at 4:00 PM EDT. The Government’s response to inquiries will be made in writing. Any resulting additions, deletions or changes to the RFQ will be updated on this SAM.gov posting.
PLEASE NOTE: A quote does not constitute a contract; therefore, an obligation to your company is not official until you receive an awarded contract.