Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2008 FBO #2428
SOLICITATION NOTICE

99 -- REFURBISHED SHIPPING CONTAINER

Notice Date
7/18/2008
 
Notice Type
Modification/Amendment
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
08_191308
 
Response Due
7/25/2008 1:00:00 PM
 
Archive Date
8/9/2008
 
Point of Contact
Joanne R Mann,, Phone: 612-336-3224
 
E-Mail Address
Joanne.Mann@usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO CORRECT THE FAX NUMBER TO (612) 336-3550. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. i. This is a combined synopsis/solicitation for commercial supplies prepared in accordance with Federal Acquisition (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This combined synopsis/solicitation will result in a firm fixed price commercial supplies contract. ii. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is one hundred percent set aside for small business. The NAICS code is 332439. The small business size standard is 500 employees, or less. iii. This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Plant Protection and Quarantine, 41-650 Ahiki Street, Waimanalo, HI. F.O.B. Destination iv. The solicitation number for this effort is 08-191308 and this combined synopsis/solicitation is issued as a request for quotation (RFQ.) v. The provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) may be accessed on the Internet at http://farsite.hill.af.mil/ vi. REQUIREMENTS AND QUANTITIES: This requirement consists of one line item: CLIN 01 - Three (3) each refurbished and well preserved shipping containers to be used for storage. SPECIFICATIONS: 1) 40 feet long by 8 feet wide by 8 feet 4 inches high. 2) Modifications as required to provide: metal doors (minimum of 14 gauge) to be installed along the length of one side of each container. Four (4) sets of double doors, each set of double doors shall be constructed with one of the doors approximately 6 feet wide and the other 3 feet 3 inches wide. All of the doors shall be approximately 7 feet 5 inches in height. The doors shall be capable of being secured with a padlock. Other door solutions, such as roll-up doors of similar dimension may be considered. 3) The door exterior shall be flat, but a corrugated surface would be acceptable. 4) The containers shall be well preserved on the interior and exterior to withstand the salty environment of Hawaii. The container interior must be water tight in order to remain dry during rain. 5) The bottom rail of the door frames shall be slightly canted downwards in order to direct water away from the shipping container. 6) The container flooring shall be capable of withstanding placement on piers and subsequent loading with palletized supplies and/or equipment. 7) The containers shall be delivered to the on-site destination and placed on the existing concrete pad. The front side with the doors of each container will rest lengthwise on a curb, which is continuous with the facility's parking lot, and the rear would rest on existing piers which are adjacent to the curb. Quotes shall include any shipping and delivery costs to Hawaii: door to door. Photos of the current deteriorating containers are attached. The contractor shall supply the quantity of line items listed above, and in accordance with the technical specifications outlined in this combined synopsis/solicitation. vii. In accordance with FAR 52.216-27, this request for quote may result in multiple contract awards and in any combination of line items. The Government reserves the right to award any combination of line items and may award multiple line items to the same offeror, and will make award decisions based on the most advantageous offer to the Government. viii. The offerors price must include shipping to the FOB destination ix. The provision at 52.212-1 Instructions to Offerors-commercial applies to this solicitation x. The provision 52.212-2 Evaluation-Commercial Items apples to this solicitation; Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. A trade off process will be used to evaluate quotes. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. The following factors shall be used to evaluate offers: Technical capability; Past performance, send list of references with quote; and Price. Technical and past performance, when combined are approximately equal to price. Past performance is a measure of the degree to which an offeror has satisfied customers in the past, and complied with federal, state, and local laws and regulations. The assessment will consider the firms record of conforming to specifications and to standards of good workmanship, customer service, and adherence to contract schedules, terms and conditions. In accordance with FAR 52.212-1 (b) (10) regarding past performance, references are requested. Each offeror must submit three references which are either current or recent customers. xi. The provisions 52.212-3 Offeror Representations and Certifications-Commercial Items applies to this solicitation. The contractor shall either complete the online Offeror Representations and Certifications at www.bpn.gov or return a completed copy of the Offer Representations and Certifications with their quotation. A hard copy of the provision may be attained from http://www.arnet.gov/far xii. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. xiii. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.2222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.22-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act-Supplies; 52.225-13 Restrictions on Certain Foreign Purchases ; 52.323-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR) xiv. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov xv. QUOTATIONS ARE DUE the United States Department of Agriculture, Minneapolis Contracting Officer, 100 North 6 th Street, Butler Square 5 th Floor, Minneapolis, Minnesota 55403 by 2:00 PM CST, JULY 25, 2008 Quotes may be sent via e-mail to Joanne.Mann@aphis.usda.gov, by fax to 612 370 2136 or via mail to the above address. xvi. The point of contact for this synopsis solicitation is Joanne Mann who may be reached at Joanne.Mann@aphis.usda.gov, or by phone at 612 336 3224. xvii. A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for each line item, CLIN 01, which provides the price per unit and total cost. 2) Signature of the offeror on the page which lists the price. 3) A detailed narrative address how the proposed offer meets the requirements/specifications outlined in this combined synopsis/solicitation. Quotes should be of sufficient detail to determine their adequacy. 4) References as requested above 5) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items OR confirmation that this has been completed online. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=940374d9a91d5fba80f92d32b71da3f9&tab=core&_cview=1)
 
Record
SN01617833-W 20080720/080718221351-940374d9a91d5fba80f92d32b71da3f9 (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  © 1994-2020, Loren Data Corp.