Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2003 FBO #0518
SOLICITATION NOTICE

81 -- 81 - - Conex Sealand Containers

Notice Date
4/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, ACC CONS, 130 Douglas Street, Suite 401, Langley AFB, VA, 23665-2791
 
ZIP Code
23665-2791
 
Solicitation Number
Reference-Number-F13DOR30620100
 
Archive Date
5/30/2003
 
Point of Contact
Randy Loeb, Contracting Officer, Phone 757-764-4806, Fax 757-764-9695, - Linda Weis, Contract Manager, Phone 757-764-4786, Fax 757-764-0905,
 
E-Mail Address
randy.loeb@langley.af.mil, linda.weis@langley.af.mil
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN 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. This solicitation is a Request for Quotation (RFQ) using Simplified Acquisition Procedures found in FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-13. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 332439 with a small business size standard of 500 employees. However, this RFQ is unrestricted.***ACC Contracting Squadron, LAFB, VA has a requirement for 506 Conex Sealand containers.***All interested offerors shall provide a quote for the following line items: Line Item 0001: Quantity 156 each Conex containers. The containers shall meet the following required specifications: (1) Shall be ISO weather-tight sealand containers, constructed with steel. (2) Shall be new "one-use", type ?A? (shipped to USA one (1) time only); containers shall have a lockable double entry door; (3) Containers shall be sound and weather- tight (4) Container size shall be 8'-0" wide x 8'-6" high x 40'-0" long. Line Item 0002: Shipping; Containers in Line Item 0001 shall be delivered to Holloman Range, Holloman AFB, NM 88330. Containers shall be delivered by 31 July 2003. Line Item 0003: Quantity 100 each Conex containers. The container shall meet the following required specifications: (1) Shall be constructed with steel. (2) Shall be used type ?B?. (3) Doors are not essential. (4) A modicum of rust is acceptable as are small holes no more than 6? in diameter. (5) Container shall be structurally sound, able to stand on end and support other sea land containers stacked on top. (6) Container size shall be 8'-0" wide x 8'-6" high x 40'-0" long. Line Item 0004: Shipping; Containers in Line Item 0003 shall be delivered to Tonopah Test Range, Tonopah, NV 89049. Containers shall be delivered by 31 July 2003. Line Item 0005: Quantity 150 each Conex containers. The container shall meet the following required specifications: (1) Shall be constructed with steel. (2) Shall be used type ?B?. (3) Doors are not essential. (4) A modicum of rust is acceptable as are small holes no more than 6? in diameter. (5) Container shall be structurally sound, able to stand on end and support other sea land containers stacked on top. (6) Container size shall be 8'-0" wide x 8'-6" high x 40'-0" long. Line Item 0006: Shipping; Containers in Line Item 0005 shall be delivered to ISAFAF Mile Range, Indian Springs, NV 89018. Containers shall be delivered by 31 July 2003. Line Item 0007: Quantity 60 each Conex containers. The container shall meet the following required specifications: (1) Shall be constructed with steel. (2) Shall be used type ?B?. (3) Doors are not essential. (4) A modicum of rust is acceptable as are small holes no more than 6? in diameter. (5) Container shall be structurally sound, able to stand on end and support other sea land containers stacked on top. (6) Container size shall be 8'-0" wide x 8'-6" high x 40'-0" long. Line Item 0008: Shipping; Containers in Line Item 0007 shall be delivered to Melrose Bombing Range, Sundale Valley Road Floyd, NM 88118. Containers shall be delivered by 30 September 2003. Line Item 0009: Quantity 40 each Conex containers. The container shall meet the following required specifications: (1) Shall be constructed with steel. (2) Shall be used type ?B?. (3) Doors are not essential. (4) A modicum of rust is acceptable as are small holes no more than 6? in diameter. (5) Container shall be structurally sound, able to stand on end and support other sea land containers stacked on top. (6) Container size shall be 8'-0" wide x 8'-6" high x 20'-0" long. Line Item 0010: Shipping; Containers in Line Item 0009 shall be delivered to Melrose Bombing Range, Sundale Valley Road Floyd, NM 88118. Containers shall be delivered by 30 September 2003. ***The Contractor shall state the warranty coverage provided for all line items. ***Delivery shall be FOB Destination. ***The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. ***Award shall be made to the offeror whose quote offers the best value to the Government with price being the only factor considered. The Government will evaluate information based on the following evaluation criteria: Price. Note: The delivery dates are mission critical and inflexible so guaranteed delivery is paramount. ***The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items and 252.212-7000, Offeror Representations and Certifications Commercial Item. ***The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; Clause 52.212-5 (Deviation) Contract Terms and conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.222-3 Convict Labor, 52.233-3 Protest After Award, 52.232-33 Payment by Electronics Funds Transfer-Central Contractor Registration, 52.247-34 F.O.B Destination, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviation in Clauses, 252.204-7004 Required Central Contractor Registration, 52.253-1 Computer Generated Forms, 52.225-1 Buy American Act-Balance of Payments Program-Supplies, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-21 Prohibition of Segregated Facilities, 52.222-22 Previous Contracts and Compliance Reports are hereby incorporated by reference. ***All offerors shall submit the following: 1) Original and one (1) copy of a quotation which addresses all Line Items; 2) Description of commercial warranty; and 3) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items and 252.212-7000, Offeror Representations and Certifications Commercial Item, which may be downloaded at www.arnet.gov/far. ***All quotes should be sent to ACC CONS/LGCB, 130 Douglas Street Suite 401, Langley AFB VA 23665-2791 or Faxed to: (757) 764-9695 Submission shall be received by 3:00 p.m. eastern time on May 15, 2003. Primary POC is: Wardrias Little, Contract Manager, Phone 757-764-4503, Fax 757-764-9695
 
Place of Performance
Address: Multiple delivery locations, ,
Country: USA
 
Record
SN00314216-W 20030501/030429213433 (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.