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 N00244-23-Q-0161 and it is being issued
as a Request for Quote (RFQ). RFQ N00244-23-Q-0161 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) 2023-03 published in the Federal Register on April 26, 2023. 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 332313 with a size standard of 750. All interested companies shall provide a quotation for:
Line Item Description QTY UNIT 0001 120 FT Telescopic Boom Lift 4WD Rental 2 EA 0002 Delivery 0003 Pick-up Required Delivery Date/Period of Performance is: SEE SOW. Place of Performance:
USS Tripoli, NAVBASE 32ND STREET, SAN DIEGO CA 92136 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 lowest priced technically acceptable. 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 Wide Area Workflow. Defense Priorities and Allocations System (DPAS) and assigned rating: N/A This combined
synopsis/solicitation will close at 1:00 PM (PST) San Diego, California Time on 25 May 2023. Submit vendor quote to the Contract Specialist, Mrs. Michelle Muniz, via email to the address
michelle.a.muniz.civ@us.navy.mil and stating - SOLICITATION N00244-23-Q-0161 ARTICULATING/ TELESCOPIC BOOM RENTAL. 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 10:00 AM San Diego, California time
on 24 May 2023.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 low price technically acceptable (LPTA) source selection. The
GovernNDment intends to award on initial quotes. The following factors shall be used to evaluate quotes: 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: