Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2008 FBO #2454
SOLICITATION NOTICE

99 -- 20' Steel Shipping Container

Notice Date
8/13/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, Hawaii, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
F2CGW8204A001
 
Archive Date
9/2/2008
 
Point of Contact
Louis R Buchanan,, Phone: (808) 448-2977, John M Haberlach,, Phone: (808) 448-2967
 
E-Mail Address
louis.buchanan@hickam.af.mil, john.haberlach@hickam.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation will be issued as a request for quotation (RFQ) under the solicitation number: F2CGWK8204A001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2008-0513, and Air Force Acquisition Circular (AFAC) 2008-0605. This acquisition is a small business set aside under NAICS code 332439 and small business size standard of 500 in number of employees. This RFQ contains four (4) line items. The items are to be a firm fixed price basis and contractor must provide technical specification data sheets with offer. The Government reserves the right to award in part, in whole, or not at all for the items specified below. The line items are as follows: Item 1: Four (4) New 20’ Standard Dry Steel Shipping Containers with door(s)/lock latch. Must be ISO compliant, wind/water tight and suitable for storage/shipping. Payload 62,000 or greater. Unit Price: $ _________ Extended Price: $_________ Delivery Date: ________ Item 2: Reconditioned or Grade A 20’ Standard Dry Steel Shipping Containers with door(s)/lock latch. Must be ISO compliant, wind/water tight. and suitable for storage/shipping with minor denting and rust. Payload 62,000 or greater. Government reserve the right to procure one, more than one, or no Steel Shipping Containers. Unit Price: $ ________ Delivery Date ___________ Number Available _____ Item 3: Used Grade B 20’ Standard Dry Steel Shipping Containers with door(s)/lock latch. Must be ISO compliant, wind/water tight. and suitable for storage/shipping with some denting and rust. Payload 62,000 or greater. Government reserve the right to procure one, more than one, or no Steel Shipping Containers. Unit Price: $ ________ Delivery Date ___________ Number Available _____ Item 4: Shipping cost of 4 containers to 15 CEV, BLDG 1715 Kuntz Ave., HICKAM AFB, HI 96853. Unit Price: $ _________ Extended Price: $_________ Delivery Date: ________ The place of delivery, final acceptance and FOB destination point is 15 CES/CEVQ, BLDG 1715 Kuntz Ave., HICKAM AFB, HI 96853. Acceptance will be performed by the Government. All referenced Federal Acquisition Regulation (FAR) clauses and provisions in this solicitation may be accessed via the internet at https://farsite.hill.af.mil. The FAR provision 52.212-1, Instructions to Offerors - Commercial Items (SEP 2006), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All quotes are due on or before 1500 hrs, Hawaii Standard Time (HST), Friday, 29 August 2008. Electronic quotes are acceptable. Submission may be made via email to louis.buchanan@hickam.af.mil via parcel mail to Department of the Air Forces, Pacific Air Forces, 15 CONS, ATTN: MSgt Louis Buchanan, 90 G Street, Hickam AFB, HI 96853-5230, or via facsimile at (808) 448-2911. Quotes must reference the solicitation number. (b)(4) Submit no less the three digital picture per container for line item 2 and line item 3 for the items being offered. (k) Offeror shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered In accordance with FAR clause 52.212-2 (a), Evaluation - Commercial Items (Jun 2008), the Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government based on price. Offerors must comply with the provision 52.212-3, Offeror Representations and Certifications - Commercial Items (Jun 2008) with alternate I. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2008), is applicable to this procurement along with the following addenda. Information concerning clauses and provisions incorporated by reference may be obtained at http://farsite.hill.af.mil. 52.219-6, Notice of Total Small Business Aside (Jun 2003) 52.219-28, Post Award Small Business Program Representation (Jun 2007) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Feb 2008) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-50, Combating Trafficking in Persons (Aug 2007) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) 52.247-64 -- Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) FAR clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), is applicable to this acquisition along with the following addenda:. 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) 252.247-7023, Transportation of Supplies by Sea (May 2002) The following additional DFARS provisions and clauses also apply: 252.232-7010, Levies on Contract Payments (Dec 2006) (a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt. (b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide— (1) The total dollar amount of the levy; (2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and (3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation. (c) DoD shall promptly review the Contractor’s assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including– (1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and (2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or (ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation. (d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act. (End of clause)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dc041d2ad1cf6ea1454079ed95cd596d&tab=core&_cview=1)
 
Place of Performance
Address: 15 CES/CEVQ, BLDG 1715 Kuntz Ave., HICKAM AFB, 96853., Honolulu, Hawaii, 96853, United States
Zip Code: 96853
 
Record
SN01638799-W 20080815/080813222221-dc041d2ad1cf6ea1454079ed95cd596d (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.