Rental of One 200' Aerial Work Platform
ID: N3904024Q0200Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPORTSMOUTH NAVAL SHIPYARD GFPORTSMOUTH, NH, 03801-5000, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

LEASE OR RENTAL OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (W039)

Set Aside

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

    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of a 200-foot Aerial Work Platform (AWP) to facilitate crane maintenance exceeding 135 feet. This procurement is essential for ensuring the operational readiness and safety of maintenance activities at the shipyard, which is critical for supporting naval operations. The contract is set aside for small businesses, with proposals due by September 12, 2024, at 11:59 PM EST, and the anticipated performance period is from October 15 to 17, 2024. Interested vendors must submit their quotes via email and ensure they are registered in the System for Award Management (SAM); for further inquiries, they can contact Chuck Chase at charles.e.chase23.civ@us.navy.mil or call 207-994-4612.

    Files
    Title
    Posted
    The document outlines the Operations Security (OPSEC) contract requirements for contractors working at the Portsmouth Naval Shipyard. OPSEC is essential for protecting sensitive information from potential adversaries, and it involves identifying and monitoring critical information that must be safeguarded regardless of its classification status. Contractors are required to develop an OPSEC Plan, detailing their activities to manage and protect controlled unclassified information (CUI) and other sensitive data. The plan must be submitted for approval before contract performance begins. Contractors must avoid disclosing sensitive information, not publicizing U.S. government critical information through unauthorized channels, and immediately reporting any breaches or compromises. Portable Electronic Devices (PEDs) are under strict controls, requiring evaluation and approval per shipyard guidance before use. In summary, the document emphasizes the contractor's responsibility for preventing unauthorized disclosure of sensitive information, adhering to strict security protocols, and managing risks associated with the exposure of critical information during their contract period.
    The Portsmouth Naval Shipyard issued a Request for Quotation (RFQ) under solicitation number N3904024Q0213 for rental of an Aerial Work Platform (AWP) to support crane maintenance exceeding 135 feet. Proposals are due by September 12, 2024, at 11:59 PM EST. The requirement includes providing a 200-foot AWP with qualified operators for three consecutive days in October 2024 at the shipyard in Kittery, ME. The RFQ is set aside for small businesses, with an estimated delivery date from October 15 to 17, 2024. Vendors must submit their offers via email and be registered in the System for Award Management (SAM). The document outlines safety requirements, operator specifications, and necessary qualifications, emphasizing adherence to OSHA standards and potential spill management. Security measures are also detailed, including identification requirements for personnel entering the shipyard. This solicitation reflects the Navy's ongoing efforts to maintain safety and compliance in military operations, while also ensuring small businesses have opportunities to participate in government contracts. Successful bidders must ensure equipment reliability and worker safety throughout the engagement period.
    The document outlines Wage Determination No. 2015-4011, issued under the Service Contract Act (SCA) by the U.S. Department of Labor, specifying minimum wage rates for various occupations effective in 2024. Contracts subject to the SCA must adhere to minimum wage requirements under Executive Orders 14026 and 13658, mandating payments of at least $17.20 or $12.90 per hour, depending on the contract’s date of entry or renewal. The wage determination lists detailed occupational classifications with corresponding wage rates and fringe benefits for multiple roles in fields such as administrative support, automotive service, health occupations, and maintenance and repair. Additionally, it elucidates requirements for fringe benefits, sick leave under Executive Order 13706, and provisions for uniform allowances. Special considerations for hazardous pay and conformance processes for additional unlisted classifications are also included. This document is vital for contractors and federal entities to ensure compliance with labor standards in RFPs, grants, and contracts by clearly establishing wage norms and supporting legal frameworks for worker compensation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Topside Diesel Rental- Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the rental of a topside diesel generator to support submarine docking operations. The rental period is set from February 10, 2025, to March 24, 2025, with an option for extension until April 8, 2025, and the procurement is designated as a total small business set-aside. This generator is crucial for ensuring operational efficiency during docking procedures, and vendors must comply with environmental regulations and provide detailed specifications in their proposals. Interested parties must submit their quotes by September 30, 2024, and can contact Skylar Elliott at skylar.n.elliott.civ@us.navy.mil or call 207-438-1358 for further information.
    60’ Navy Dive Boat - PM& Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the maintenance and repair of a 60-foot Navy Dive Boat, with the contract designated as RFQ N3904024R0132. The procurement aims to ensure the operational readiness of the vessel by addressing scheduled maintenance and necessary repairs, including work on diesel engines, generators, and safety equipment, with a focus on adhering to OEM standards. This initiative is critical for maintaining the integrity and safety of naval operations, and the contract will span a base period from September 30, 2024, to September 29, 2025, with four optional extension periods available. Interested contractors must submit their quotations by September 20, 2024, at 11 PM EST, and can direct inquiries to Tom Fuller at thomas.g.fuller17.civ@us.navy.mil or Chuck Chase at charles.e.chase23.civ@us.navy.mil.
    Rental of Four (4) Conex Containers /w Two (2) Transported
    Active
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of four 20-foot Conex containers along with transportation services, under the RFQ number N3904024Q0208. The procurement aims to deliver two containers to Groton, CT, and two to Kittery, ME, with a performance period extending from October 28, 2024, to October 27, 2025, and includes options for two additional years through 2027. This initiative is crucial for supporting the Navy's operational needs while promoting small business participation in federal contracting. Interested vendors must submit their proposals via email by September 30, 2024, at 11:00 AM ET, and are required to be registered in the System for Award Management (SAM) while adhering to strict technical and security requirements outlined in the solicitation documents. For further inquiries, potential contractors can contact Skylar Elliott at skylar.n.elliott.civ@us.navy.mil or by phone at 207-438-1358.
    Coffing Chain Hoist
    Active
    Dept Of Defense
    The Department of Defense, specifically the Norfolk Naval Shipyard, is soliciting proposals for the procurement of a Coffing Chain Hoist, under a total small business set-aside initiative. The RFP outlines the need for a commercial electric chain hoist, emphasizing compliance with technical standards, safety features, and performance criteria, including load testing and material specifications. This procurement is crucial for supporting operational efficiency and safety in military applications. Interested vendors must submit their proposals by 10:00 PM on September 19, 2024, and can direct inquiries to Kimberly A. Hudson at kimberly.a.hudson29.civ@us.navy.mil or Chad R. Godwin at chad.r.godwin.civ@navy.mil.
    Bucket Truck Rental
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the rental of a 47-foot insulated bucket truck for a six-month lease period at the McAlester Army Ammunition Plant in Oklahoma. The procurement aims to secure a bucket truck with specific operational features, including a 30’9” horizontal reach and a working height of 51’4”, to enhance government operations and ensure compliance with technical and legal standards. This opportunity is particularly focused on promoting accessibility for small businesses, including those owned by veterans and economically disadvantaged individuals. Interested vendors must submit their proposals by September 25, 2024, at 10:00 AM, and direct all inquiries to Casey Pratt at casey.p.pratt.civ@army.mil.
    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.
    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.
    High Capacity Boom Lifts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of various high-capacity boom lifts to be delivered to the Anniston Army Depot in Alabama. The requirement includes two telescopic hi-capacity boom lifts, two hi-capacity articulating boom lifts, two electric boom lifts, two electric scissor lifts, and one drivable vertical mast lift, along with necessary technical literature and training for operation and maintenance. These lifts are crucial for supporting military operations and ensuring safety and efficiency in material handling tasks at the depot. Interested contractors must submit their bids electronically by the extended deadline of October 17, 2024, and can direct inquiries to primary contact Sara B. Young at sara.b.young.civ@army.mil or secondary contact Larry Stephney at larry.d.stephney.civ@army.mil.
    Crane Rental for Hill AFB Utah
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide mobile crane rental services for Hill Air Force Base and the Utah Test and Training Range in support of rocket motor operations. The contract requires vendors to supply mobile cranes on request, adhering to specific load handling requirements and safety regulations as outlined in the Statement of Work (SOW). This procurement is critical for facilitating the movement of rocket motors and ensuring compliance with military operational standards. Interested parties must submit their proposals, including a lift plan and pricing details, by the close of business on September 17, 2024. For further inquiries, contact Sheynah Clawson at sheynah.clawson@us.af.mil or Bryce Michelson at bryce.michelson@us.af.mil.