Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2002 FBO #0096
SOLICITATION NOTICE

81 -- Twenty foot and forty foot storage containers.

Notice Date
3/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
DAHA13-02-R-0001
 
Response Due
3/22/2002
 
Archive Date
4/21/2002
 
Point of Contact
Mark Thompson, (515)252-4248
 
E-Mail Address
Email your questions to USPFO for Iowa
(mark.thompson@ia.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for the purchase of a commercial item prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.6, as supplemented with additional information included in this notice. This anno uncement constitutes the only solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request For Proposal (RFP) number DAHA13-02-R-0001. All quotes shall reference the RFQ number and sh all be submitted by 4:30 P.M. local time on 22 March 2002. The anticipated award date is 29 March 2002, with a performance period of 120 days. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2001-03. The Iowa National Guard wishes to procure eighteen, forty foot refurbished (like new) CSC certified portable storage containers, with the option to procure up to 5 additional forty foot refurbished (like new) CSC certified portable s torage containers at the same bid price, if monies allow, and three, twenty foot refurbished (like new) CSC certified portable storage containers, to be delivered to various locations within the state of Iowa. A summary of the forty-foot storage container requirements is as follows: The container frame shall be constructed of a minimum 8-gauge steel. The walls and roof shall be a minimum 14-gauge galvanized corrugation with all joints continuously welded to conform to AWS D.1.1 standards. The container sh all be divided into four separate but equal storage units by a minimum 14-gauge steel panel, which is securely fastened and welded to the cross members in accordance with industry standards. Four each, six foot high by six foot wide roll-up doors (with st eel headers), shall be located on one side of the container allowing access to each separate storage compartment. The doors shall be equally spaced. Each roll-up door shall include a hasp for locking. The outside dimensions of the container shall be appr oximately 40? X 8.5? X 8?. The container shall include one cargo door with locking mechanism to lock securely. The container shall be painted with a minimum one coat primer and one coat tan paint (the color is to be approved by the user prior to painting ). The container shall include corner casting, which meets ISO standards. The inside of the container shall be equipped with a minimum of 1-inch thick wooden decking. The container shall also be equipped with forklift pockets centered on the long side of the container and allow access from both sides of the container, if safety regulations permit. A summary of the twenty-foot storage container requirements is as follows: The container frame shall be constructed of a minimum 8-gauge steel. The Walls and roo f shall be a minimum 14-gauge galvanized corrugation with all joints continuously welded to conform to AWS D.1.1 standards. The container shall have one, eight-foot wide by six-foot high roll-up doors (with steel headers), centered on the long side of the unit. The roll-up door shall include a hasp for locking the door. The outside dimensions of the container shall be approximately 20? X 8.5? X 8?. The container shall include one cargo door with hasp to secure and lock. The container shall be painted wi th a minimum one coat of primer and one coat of tan paint (the color is to be approved by the user prior to painting). The container shall include corner casting, which meets ISO standards. The inside of the container shall be equipped with a minimum of 1 -inch thick wooden decking. The container shall also be equipped with one set of forklift pockets centered on the long side of the container. The forklift pocket shall allow access from both sides. The Place of Delivery, inspection, and acceptance is as f ollows: 1 each 40 footers and 1 each 20 footers to OMS #12A, 2500 Summer St, Burlington, IA 52601; 2 each 40 footers to 105th Troop Command, 925 S. Dubuque St, Iowa City, IA 52240; 1 each 40 footers to 134th Med Co, 501 Hwy 1 South, Washington, IA 52353; 2 each 40 footers to 234th Sig BN, Co C, 909 Summit St, Marshalltown, IA 50158; 2 each 40 footers to 1133rd Trans Co, 1160 19th St SW, Mason City, IA 50401; 1 ea ch 40 footers to 1-194th FA, 1511 N. POW Camp Road, Algona, IA 50511; 1 each 40 footers to 1-194th FA, 11 E 23rd St, Spencer, IA 51301; 3 each 40 footers to 1-194th FA, HHB, 1601 Park St, Storm Lake, IA 50588; 2 ea. 40 footers and 1 ea. 20 footers to OMS # 4, 2415 Kanesville Blvd, Council Bluffs, IA 51503; 1 each 40 footers and 1 each 20 footers to OMS #11, 1659 Nelson Ave, Fort Dodge, IA 50501; 2 each 40 footers to 234th Sig Bn. HQ, 10400 18th St SW, Cedar Rapids, IA 52404. The Place of Delivery, inspecti on and acceptance for the five option-to-buy containers is as follows: 3 each 40 footers to HHC 2D Brigade, 400 Snedden Dr, Boone, IA 50036 (optional); 2 each 40 footers to 1555th Purif Det, 1035 Radford Road, Dubuque, IA 52002 (optional). The quoted price s shall be FOB Destination. Solicitation provision at FAR 52.212-1, Instructions to Offerors?Commercial Items (OCT 2000) is hereby incorporated by reference. In accordance with the solicitation provision 52.212-2, Evaluation ? Commercial Items (JAN 1999) the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous representing the best value to the Government price and other factors considered. The fo llowing technical factors shall be used to evaluate offers: Ability to meet and/or exceed the desired specifications set forth on this announcement and Past performance. The technical factors will be rated higher than the cost factors. The vendor shall sub mit a written proposal addressing all the technical factors outlined above. The proposal shall be in sufficient detail as to allow a board to review and rate the proposal. The proposal shall identify that the portable storage containers will meet the Gov ernments desired requirements. The written proposal will be no more than 15 pages in length. All information exceeding 15 pages will be disregarded. Past performance will be evaluated as follows: Evaluation of past performance shall be based on informatio n provided by the offerors and any other information the Government may obtain by following up on the information provided by the offerors and/or through other sources (i.e. offerors performance on previously awarded contracts and/or contracts with other G overnment entities). The offeror must identify three Federal, State or local Government and private contracts for which the offeror has supplied similar products to those identified in this solicitation. References should include the most recent contract s completed within the last five years. The offeror shall provide a point of contact, current telephone numbers and fax numbers for each contract. The offeror shall provide a FOB Destination cost for delivery at the specified locations for the forty foot containers and a separate FOB Destination cost for delivery at the specified locations for the twenty foot containers. Offerors shall address each evaluation factor stated above, failure to address any item may cause the offerors proposal to be rejected. Offerors are reminded to include a completed copy of provision at FAR 52.212-3 I, Offeror Representations and Certifications?Commercial Items Alternate I, with their proposal. FAR 52.212-4, Contract Terms and Conditions?Commercial Items (May 2001), is h ereby incorporated by reference. The following clauses within 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, apply to this solicitation and any resultant contract; 52.203-6, Restrictions on Sub contractor Sales to the Government, with Alternate I; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitation on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-19, Child Labor -- Cooperation with Authorities and Remed ies; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration. The following additional clauses and provisions are incorporated by reference: 52.217-6 ? Option for Increased Q uantity; 52.247-34, F.O.B. ? Destination; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-1, Clauses Incorporated by Reference; 252.204-7004, Required Central Contractor Registration; 252.225-7035, Buy American Act ? North American Free Trade Agreement Implementation Act ? Balance of Payments Program Certificate. The following clauses within 252.225-7001apply to this solicitation and any resultant contract; 252.225-7036, Buy American Act -- North American Free Trade Agreement Implementa tion Act ? Balance of Payments Program; 252-225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. The clause incorporated by reference can be accessed in fu ll text at the Army Acquisition Web Site: http://web2.deskbook.osd.mil/default.asp. All responsible offers will be considered. Sign and date your offer, one original, must be submitted to Iowa Army National Guard, USPFO-PC, Camp Dodge, 7700 NW Beaver Driv e, Johnston, Iowa 50131-1902, ATTN: CW3 Mark Thompson, Contracting Officer at or before 4:30 p.m., 22 March 2002. For information regarding this solicitation contact CW3 Mark Thompson at (515) 252-4248.
 
Place of Performance
Address: USPFO for Iowa Camp Dodge, 7700 NW Beaver Drive Johnston IA
Zip Code: 50131-1902
Country: US
 
Record
SN00037051-W 20020308/020307124923 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.