Hydraulic Lift Repair
ID: N0018924Q0694Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

INSTALLATION OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (N049)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified contractors for the repair of hydraulic lift units at the Consolidated Mail Facility located at Joint Base Anacostia Bolling in Washington, Mississippi. The contractor will be responsible for providing all necessary labor, materials, equipment, and services to perform repairs on eight hydraulic scissor lifts, ensuring they are operational for loading and unloading mail from an elevated loading dock. This procurement is critical for maintaining operational efficiency and safety in government logistics operations. Interested small businesses must submit their quotes by September 23, 2024, for a contract period running from October 1, 2024, to February 28, 2025. For further inquiries, potential bidders can contact Zackery Bowman at zackery.l.bowman.civ@us.navy.mil or Christopher Whiteside at christopher.d.whiteside2.civ@us.navy.mil.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for repairing eight hydraulic scissor lifts at the Consolidated Mail Facility, Joint Base Anacostia Bolling, DC. The contractor is responsible for labor, materials, and equipment necessary for these repairs, performing work during designated hours from Monday to Friday. Key tasks include removing and replacing the scissor lifts, ensuring proper electrical connections, testing systems for compliance, and maintaining cleanliness on-site. All contractor personnel must possess necessary training, wear identifiable attire, and comply with security protocols, including obtaining a Department of Defense Common Access Card (DoD CAC). The document also details access requirements for contractor employees to sensitive information and facilities, necessitating background checks and ongoing training to maintain compliance with security standards set by the Department of Defense. The strict guidelines ensure that contractors are properly vetted to safeguard sensitive material and adhere to governmental regulations throughout the duration of the contract.
    The Quality Assurance Surveillance Plan (QASP) outlines the methods and responsibilities aimed at ensuring that contractors meet service delivery standards stipulated in Performance Based Service Contracts (PBSC). The QASP establishes that while contractors are responsible for quality control, the government will implement surveillance to confirm compliance with the contract requirements. This document delineates roles for key government personnel: the Contracting Officer oversees contract adherence, the Contracting Officer's Representative (COR) facilitates contract administration, and the Technical Assistant (TA) provides technical oversight. Key surveillance methods include customer feedback, scheduled monitoring, and inspections of deliverables. The QASP Matrix defines performance requirements and acceptable quality levels, stipulating expectations such as >98% compliance with service standards and timely delivery of reports. Procedures for addressing unmet performance standards include issuing Contract Discrepancy Reports (CDRs) and requiring corrective action from the contractor. Negative performance could lead to contract termination and loss of future opportunities. Overall, the QASP serves as a structured approach to enhancing service quality in government contracts, ensuring accountability and compliance with established performance metrics.
    The document outlines wage determinations under the Service Contract Act by the U.S. Department of Labor, specifying minimum wage rates for various occupations and applicable executive orders. It states contracts effective on or after January 30, 2022, must comply with Executive Order 14026, mandating a $17.20 hourly minimum wage, while contracts awarded between January 1, 2015, and January 29, 2022, fall under Executive Order 13658, which requires a minimum of $12.90 per hour. The file provides an extensive list of job classifications, corresponding wages, and fringe benefits like health, welfare, vacation time, and paid sick leave. It delineates the conformance process for unlisted occupations and specifies additional compensation for hazardous positions. The document serves as a crucial reference for contractors involved in federal service contracts, ensuring compliance with wage and labor standards, thereby safeguarding worker rights and maintaining contractual integrity in government RFPs and grants. It emphasizes the commitment to fair labor practices and the importance of adhering to federal regulations within contracted services.
    The document serves as a Combined Synopsis/Solicitation (RFQ) for commercial services related to hydraulic lift repair, issued by the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk. The solicitation, numbered N0018924Q0694, specifically targets small businesses, in compliance with FAR 19.5, and is categorized under the NAICS code 811310. Contractors are invited to submit quotes for fixed-price contracts that encompass the repair of hydraulic lifts, including material, labor, and shipping, as detailed in the Performance Work Statement (PWS). The period of performance is set from October 1, 2024, to February 28, 2025, with quotations due by September 23, 2024. Attachments to the solicitation provide additional specifications, including clauses and provisions, a pricing sheet, wage determinations, and quality assurance plans. Contractors are instructed to submit their quotes to specified Navy email addresses, and oral communications are prohibited. This solicitation illustrates the federal government's ongoing commitment to engaging small business capabilities in fulfilling essential service requirements.
    This document pertains to a Request for Proposal (RFP) for hydraulic lift repair services. It outlines key aspects of the project, including essential components such as labor and shipping of materials associated with the hydraulic lift repair. The structure categorizes items within a pricing framework, indicating unit prices and total contract line item (CLIN) values for the services offered. The focus is on estimating costs associated with the repair, with a clear delineation between different service categories. This RFP is crucial for ensuring proper repair and maintenance of hydraulic lifts, which are essential for operational efficiency in various government facilities. The document serves as a critical tool for vendors to submit bids and clearly demonstrates the federal government's commitment to maintaining equipment functionality through structured procurement. Overall, it highlights a need for specialized repair services that likely align with broader objectives of safety and efficiency in government operations.
    This document outlines the clauses and provisions applicable to federal solicitations and contracts, specifically focusing on the Federal Acquisition Regulation (FAR) and Department of Defense (DoD) supplemental regulations. It includes standard clauses related to requirements for vendors, such as maintaining a System for Award Management (SAM) registration, disclosure obligations concerning telecommunications and video surveillance services, compliance with labor standards, and guidelines for submitting offers. The document elaborates on various representations and certifications required from offerors, detailing their responsibilities regarding the use of covered telecommunications equipment and identification of manufacturers, critical components, and country of origin for products. It emphasizes the necessity for transparency concerning business operations, particularly with regard to entities such as inverted domestic corporations and those engaging in restricted business operations tied to foreign governments. This framework establishes the conditions under which the government procures goods and services, ensuring compliance with legal standards and fostering competition while addressing significant social and economic policies, including the Buy American Act. The overarching goal is to promote fair contracting practices in federal procurement and ensure that offers are evaluated based on price and past performance metrics.
    Lifecycle
    Title
    Type
    Hydraulic Lift Repair
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    TABLE,LIFT,HYDRAULI
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of hydraulic lift tables. This opportunity is set aside for small businesses and requires compliance with various quality assurance and inspection standards, including unique identification and valuation, as well as adherence to specific technical documentation and packaging requirements. The hydraulic lift tables are critical for material handling operations within the Navy, ensuring efficient and safe movement of supplies. Interested vendors should direct inquiries to John A. Masters at 717-605-1213 or via email at JOHN.A.MASTERS15.CIV@US.NAVY.MIL, with proposals due within 60 days of the solicitation closing date.
    LIFT, HYDRAULIC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of hydraulic lifts. The contract requires the manufacture and design of hydraulic lifts that meet specific technical requirements, including compliance with standards set by Genie Industries Inc. The hydraulic lifts are critical for maintenance and repair operations within the Navy, ensuring operational readiness and safety. Interested vendors, particularly those eligible under the 8(a) program, should direct inquiries to Eva A. Raczka at 717-605-1714 or via email at EVA.A.RACZKA.CIV@US.NAVY.MIL, with proposals expected to remain valid for 60 days post-submission.
    Lift Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NIWC Atlantic, is issuing a Special Notice for a procurement opportunity titled "Lift Support." This opportunity involves the maintenance and repair of shop equipment, as indicated by the NAICS code 238290 and PSC code 49. The goods and services sought are critical for ensuring operational efficiency and safety in naval facilities. Interested vendors can reach out to Contract Specialist Eleanor Phillips at eleanor.o.phillips.civ@us.navy.mil or call 843-218-5574 for further details regarding this opportunity.
    Forklift Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for forklift maintenance, repair, and certification services at the Marine Corps Support Facility in New Orleans, Louisiana. The primary objective of this contract is to ensure the optimal performance and safety of three specific forklift assets, which include two Lift King models and one Doosan model, through regular preventive maintenance, necessary repairs, and compliance with certification standards. This procurement is crucial for maintaining operational readiness and compliance within the Marine Corps logistics framework, emphasizing timely service delivery and minimal equipment downtime. Interested contractors should direct inquiries to Prym Johnson at prym.johnson.ctr@usmc.mil or Parren Tatum at parren.tatum.civ@usmc.mil, with a critical deadline for submissions set for 5:00 PM CST on September 19, 2024.
    FORKLIFT RENTAL BASE PLUS OPTIONS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NIWC Atlantic, is soliciting quotes for forklift rental services for a base year with four additional option years. The procurement aims to secure reliable materials handling equipment essential for various operations, ensuring operational efficiency and support. Interested vendors are required to submit a cover letter, quote, and Reps/Certs documentation as part of their proposal package, with all submissions directed to Contract Specialist Michelle Pierce at michelle.a.pierce15.civ@us.navy.mil or by phone at 843-218-2025. This opportunity falls under the NAICS code 532412 and is categorized as a solicitation for commercial items, with no separate written solicitation to be issued.
    Sources Sought Vertical Transportation Equipment Full-Service Maintenance and Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide full-service maintenance and repair services for Vertical Transportation Equipment (VTE) at Joint Base Lewis-McChord (JBLM) in Washington. The contractor will be responsible for ensuring the safe and continuous operation of various types of VTE, including elevators and lifts, by providing all necessary personnel, equipment, and supervision in compliance with established safety standards and regulations. This procurement is critical as these services are designated as a Mission Essential Function, underscoring their importance for operational efficiency at military installations. Interested small businesses, including service-disabled veteran-owned and women-owned entities, must submit their proposals by October 11, 2024, with inquiries directed to Tiffany Neely at tiffany.m.neely2.civ@army.mil or Jason D. McCormick at jason.d.mccormick4.civ@army.mil.
    Ship Lift Annual Inspection & Certification (2 YEARS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Ship Lift Annual Inspection and Certification over a two-year period. The procurement involves comprehensive inspections and certifications of the CG Yard Ship Lift and Transfer System, ensuring compliance with SFLC Standard Specification 8634, which includes detailed reporting and follow-up inspections to maintain safety and operational standards. This project is critical for the U.S. Coast Guard's operational capabilities, emphasizing the importance of maintaining the structural integrity and effectiveness of marine equipment. Interested vendors must submit their quotes by September 20, 2024, at 12:00 PM (Eastern) to Shellby Hammond at Shellby.M.Hammond@uscg.mil, with the contract anticipated to be awarded based on the lowest priced technically acceptable offers.
    BRAND NAME OEM HYSTER YALE - FORK TRUCK REPAIR PARTS
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the procurement of brand-name OEM HYSTER YALE fork truck repair parts in support of the Military Sealift Command. This opportunity is a sole source requirement, emphasizing the need for specific items as outlined in the solicitation, with a firm, fixed-price contract to be awarded. The repair parts are crucial for maintaining operational efficiency within military logistics, ensuring that equipment remains functional and reliable. Interested small businesses, particularly those that are service-disabled veteran-owned or women-owned, must submit their proposals by September 20, 2024, at 11:59 PM (PST), and can direct inquiries to Crista Carrier at crista.m.carrier2.civ@us.navy.mil.
    MHE and SMSE Maintenance Services
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking MHE and SMSE Maintenance Services in Norfolk, VA. The services include lubrication, maintenance, repair, overhaul actions, and transportation movement on Shipboard and Shore-based Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). MHE refers to self-propelled equipment used in storage and handling operations, while SMSE includes container handlers, mobile shipboard cargo cranes, and other equipment. The contract will be for a five-year ordering period and will require a Small Business Subcontracting Plan. The RFP will be available for download on beta.SAM.gov on or around 1 March 2021. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Heather Coleman at HEATHER.COLEMAN@NAVY.MIL.
    Sources Sought Notice-Material Handling Equipment (MHE)and Shipboard Mobile Support Equipment (SMSE)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Military Sealift Command (MSC) in Norfolk, Virginia, is seeking qualified sources for a contract focused on providing technical support services for Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The scope of work includes maintenance, inspection, repair actions, parts procurement, and logistical support for a variety of equipment utilized on MSC vessels and other government-owned ships. This equipment is critical for operations in storage and handling across various environments, including warehouses and aboard ships, ensuring compliance with safety and operational standards. Interested suppliers are encouraged to submit a capability statement detailing their qualifications and relevant experience to Alesha Ray at alesha.j.ray.civ@us.navy.mil or Kourtney Brooks at kourtney.k.brooks.civ@us.navy.mil, with the anticipated NAICS code being 811310 and a size standard of $12.5 million. This request is for information only, and no formal solicitation is currently available.