Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2006 FBO #1703
SOLICITATION NOTICE

81 -- 20 Foot Storage Containers

Notice Date
7/24/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Hawaii, 4208 Diamond Head Road, Honolulu, HI 96816-4495
 
ZIP Code
96816-4495
 
Solicitation Number
WX3LLP-6164-1501
 
Response Due
8/3/2006
 
Archive Date
10/2/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for the purchase of a commercial item prepared in accordance with the Simplified Acquisition Procedures in FAR 13 and the format in FAR Subpart 12.6, as supplemented with additional information included in thi s notice. This announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is WX3LLP-6164-1501 and is being issued as a Request for Quote. All quotes shall reference the R FQ number and shall be submitted by 4:30 P.M. local time on 3 August 2006. The anticipated award date is 8 August 2006, with a performance period of 120 days. The Hawaii Army National Guard wishes to procure fifty seven, twenty foot refurbished (like new) CSC certified portable storage containers, to be delivered to various locations within the Islands of Hawaii. 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 roof shall be a minimum 14-gauge galvanized corrugation with all joints continuously welded to conform to AWS D.1.1 standards. Fifty six containers shall include two cargo doors, one on each end, with locking mechanism to lock securely. On e container shall be divided into two 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. Two each, six foot high by six foot wide roll-up do ors (with steel 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 s hall be approximately 20 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 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 regula tions permit. The Place of Delivery, inspection, and acceptance is as follows: 26 each 20 footers with two cargo doors each and 1 each 20 footer with two roll up door and one cargo door to 103D Troop Command, 96-1210 Waihona Street, Pearl City, HI 96782-19 97; 5 each 20 footers to Bldg 1898, Kalaeloa, Oahu; 14 each 20 footers to Bldg 282, Kalaeloa, Oahu; 3 each 20 footers to Keaukaha Military Reservation, Hilo; 5 each 20 footers to Wahiawa Armory, Wahiawa, Oahu, 2 each 20 footers to Waiawa, Oahu and 1 each 2 0 footer to Hanapape, Kauai. The quoted prices shall be FOB Destination. Solicitation provision at FAR 52.212-1, Instructions to OfferorsCommercial Items (OCT 2000) is hereby incorporated by reference. In accordance with the solicitation provision 52.21 2-2, 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 the lowest priced offer which is both technically acceptable a nd shows satisfactory past performance. 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 Governments desired requirements. The wr itten 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 information provided by the offerors and any ot her 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 Government entities). The offeror must identify a minimum of two 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 contracts 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 Desti nation cost for delivery at the specified locations for the twenty 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, fail ure 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 CertificationsCommercial Items Alternate I, with their proposal. FAR 52 .212-4, Contract Terms and ConditionsCommercial Items (May 2001), is hereby incorporated by reference. The following clauses within 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items, apply to this solicitation and any resultant contract; 52.203-6, Restrictions on Subcontractor 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 Concer ns; 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, Af firmative 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 Remedies; 52.225-13, Restrict ion 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 Quantity; 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 Implemen tation 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 Implementation Act  Balance of Pay ments 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 full text at the Army Acqui sition Web Site: http://farsite.hill.af.mil. All responsible offers will be considered. Sign and date your offer. Mail, fax or e-mail one original, to Hawaii Army National Guard, USPFO-PC, 4208 Diamond Head Road, Honolulu, Hawaii 96816-4495, ATTN: LT Ma nuel Llanes, Contract Specialist, Fax number (808)733-4397, or email to manuel.llanes@us.army.mil by 4:30 p.m.(Hawaii Standard Time), 3 August 2006. For information regarding this solicitation contact LTC Tom Madeira at (808) 733-4315 or email at tom.mad eira@us.army.mil
 
Place of Performance
Address: USPFO for Hawaii 4208 Diamond Head Road, Honolulu HI
Zip Code: 96816-4495
Country: US
 
Record
SN01096481-W 20060726/060724221005 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.