Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2009 FBO #2673
SOLICITATION NOTICE

81 -- Rugged Shipping Containers

Notice Date
3/20/2009
 
Notice Type
Modification/Amendment
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
FA8678-09-D-0224
 
Point of Contact
Amanda R. Sickels,, Phone: 8508833438, Lanya R Lester,, Phone: (850) 882-0183
 
E-Mail Address
amanda.sickels@eglin.af.mil, lanya.lester@eglin.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The 689 ARSS, Eglin AFB, FL intends to solicit and award a Firm-Fixed Price, Indefinite Delivery, Indefinite Quantity Requirements contract for a rugged composite shipping container. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quotation is being requested and a written solicitation will not be issued. The reference number is F1TEAX9055B001 and is issued as a Request for Quotation (RFQ). The requirement is being set aside as a TOTAL SMALL BUSINESS SET-ASIDE. The North American Industry Classification System (NAICS) code for this acquisition is 326199 with a business standard size of 500 employees. Please identify your business size in your response based upon this standard. This is a Requirements Contract in accordance with FAR 16.503: 16.503 -- Requirements Contracts. (a) Description. A requirements contract provides for filling all actual purchase requirements of designated Government activities for supplies or services during a specified contract period, with deliveries or performance to be scheduled by placing orders with the contractor. (1) For the information of offerors and contractors, the contracting officer shall state a realistic estimated total quantity in the solicitation and resulting contract. This estimate is not a representation to an offeror or contractor that the estimated quantity will be required or ordered, or that conditions affecting requirements will be stable or normal. The contracting officer may obtain the estimate from records of previous requirements and consumption, or by other means, and should base the estimate on the most current information available. (2) The contract shall state, if feasible, the maximum limit of the contractor's obligation to deliver and the Government's obligation to order. The contract may also specify maximum or minimum quantities that the Government may order under each individual order and the maximum that it may order during a specified period of time The requirements are listed with the following specifications: Delivery dates will be specified on individual delivery orders, and all shipping will be FOB Destination. Please see the Statement of Objectives (SOO) below for item specifications/requirements. CLIN 0001: Rugged Pod Shipping Container-Base Year - Blue. The quantity to be ordered under CLIN 0001 is estimated to be 150 units. CLIN 0002: Rugged Pod Shipping Container-Base Year - White. The quantity to be ordered under CLIN 0002 is estimated to be 150 units. CLIN 0003: Rugged Pod Shipping Container-Option Year 1 - Blue. The quantity to be ordered under CLIN 0002 is estimated to be 50 units. CLIN 0004: Rugged Pod Shipping Container-Option Year 1 - White. The quantity to be ordered under CLIN 0002 is estimated to be 50 units. CLIN 0005: Rugged Pod Shipping Container-Option Year 2 - Blue. The quantity to be ordered under CLIN 0002 is estimated to be 50 units. CLIN 0006: Rugged Pod Shipping Container-Option Year 2 - White. The quantity to be ordered under CLIN 0002 is estimated to be 50 units. CLIN 0007: Rugged Pod Shipping Container-Option Year 3 - Blue. The quantity to be ordered under CLIN 0002 is estimated to be 50 units. CLIN 0008: Rugged Pod Shipping Container-Option Year 3 - White. The quantity to be ordered under CLIN 0002 is estimated to be 50 units. CLIN 0009: Rugged Pod Shipping Container-Option Year 4 - Blue. The quantity to be ordered under CLIN 0002 is estimated to be 50 units. CLIN 0010: Rugged Pod Shipping Container-Option Year 4 - White. The quantity to be ordered under CLIN 0002 is estimated to be 50 units. Statement of Objectives Overview: 1. The estimated monthly production rate is 40 containers per month 2. 30 containers are required on or before 1 July 2009 3. Shipping will be specified on individual delivery orders. Specifications/Requirements: Solutions must be interoperable with ACTS systems as follows: P5CTS (Rangeless), P4R1 (Rangeless), KITS/AKITS (Rangeless), P4BE, P4NS, P4G, P4B/BX, and P4AW. A. The pod container should be made from Blue [Blue 101] or White (Plastic or Plastic composites) resistance to UV, solvents, corrosion, fungus and impact damage (MIL-STD-810F). B. It shall meet the size requirement for overnight shipping not to exceed O.D. (119 in L. x 20 in W. x 20 in D.). C. Foamed customized inserts, molded foam to protect pod and parts. D. The container needs to have a clam shell type, single-detachable lid with locking devices. E. The container will need folding type handles, air-tight seal, automatic ambient pressure equalization valve (MIL-STD-648C), replaceable skid footing and lightweight (100-140 lbs empty). F. Able to support shipping 2 pods (with or without pod weights) with the nose cone removed and safely stored within molded foam in the container, weights and parts not to exceed (400-600 lbs). Pod weighs: 139 lbs -- Pod Ballast weighs: 50 lb Please note: This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-30. FAR 52.204-8 Annual Representations and Certifications (Feb 2009), FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008), and any addenda to the provision as listed in this notice; 52.212-2, Evaluation-Commercial Items (Jan 1999). Evaluation will be based on the following factors: lowest price technically acceptable. If the offeror's proposal meets the above specifications, it will be deemed technically acceptable.; 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Feb 2009) (Deviation); DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items (Jun 2005), 252.204-7004, Required Central Contract Registration (CCR) Alternate A (Sep 2007); 252.212-7001, Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items Deviations (Jan 2009). To view the provisions and clauses in full text, visit the website: http://farsite.hill.af.mil. The quote format is at the discretion of the offeror. All responses must be received no later than 12:00 P.M. Central Standard Time on Thursday, 20 April 2009. Send all quotations to Capt Mandy Sickels, 102 West D Ave., Eglin AFB, FL 32542, by facsimile to 850-882-3226, or by email to Amanda.Sickels@eglin.af.mil and please cc Ronald.Reed@eglin.af.mil. Payment information may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system at the following website address: https://wawf.eb.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. Contracting Office Address: DODAAC: FA8678 Department of the Air Force, Air Force Materiel Command, 689 Armament System Squadron (ARSS) (Eglin AFB), 102 West D Ave., Eglin AFB, FL, 32542 Point of Contact(s): Ronald E. Reed, Contracting Officer, Phone 850-883-3365, Fax 850-882-3226, Capt Amanda R. Sickels, Contract Administrator, Phone 850-883-3438, Fax 850-882-3226
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=53fe14869ad0e7ac5569a737300a6831&tab=core&_cview=1)
 
Record
SN01774311-W 20090322/090320220718-53fe14869ad0e7ac5569a737300a6831 (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.