Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

81 -- Containers

Notice Date
8/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Port Hueneme Office, 3350 Patterson Rd, Bldg 801 Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N0024411T0540
 
Response Due
9/14/2011
 
Archive Date
9/29/2011
 
Point of Contact
Lenette Santana 805-982-2193
 
E-Mail Address
POC email
(lenette.santana@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-11-T-0540. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110819. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 332311 and the Small Business Standard is 500 employees. The NAVSUP Fleet Logistics Center, San Diego (NAVSUP FLCSD), Regional Contracts Department, Port Hueneme Office requests responses from qualified sources capable of providing: ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 000192Each$____________ ISO CONTAINER, STANDARD, BULK FFP CAGECODE 58536 A-A-59272 TYPE 1 20 FOOT (FT) X 8 FT X 8 FT (6.1 METERS (M) X 2.44 M X 2.44 M) END OPENING DOOR WITH EXCEPTIONS AS NOTED NSN 8145-01-287-8567 Note: Cage Code = 58536 Federal Commercial Item Description Promulgated by General Services A-A-59272 = Commercial Item Description Container, Cargo End and Side Opening TYPE 1 = Opening Door on One Side of the Container Only EXCEPTIONS AND MODIFICATIONS: 3.3.2.1 SIDE AND END WALLS. CORRUGATED CONSTRUCTION ONLY 3.3.6 FORKLIFT POCKETS. USE 8 FOOT TINES ONLY SHALL BE STENCILED. I/L/O EMPTY LIFT ONLY 3.3.10.2 TOP COAT. EXTERIOR FINISH SHALL BE PAINTED O.D. GREEN #34096 WITH AN INTERIOR FINISH COLOR OF TAN #33303 I/L/O LIGHT GREY 3.3.11 EXTERIOR MARKINGS. ALL MARKINGS ARE TO BE COLOR WHITE, FED-STD-595 CODE 37875 3.3.11.1 SIDEWALL MARKINGS. U.S. NAVY SEABEE CONTAINER I/L/O PROPERTY OF U.S. ARMY 3.3.11.2 FORCE PROVIDER EMBLEM AND 3.3.11.2.1 EMBLEM DESIGN. NOT REQUIRED 3.3.14 CONSOLIDATED DATA PLATE. NOT REQUIRED IN ADDITION TO EXCEPTIONS FROM (AND NOT ASSOCIATED WITH) A-A-59272, PLEASE ADD: MANIFEST BOX. (2) EACH ONE OUTSIDE AND ONE INSIDE ON THE SAME DOOR POWER SUPPLY CORD PORT: The power supply port shall be located approximately at the midpoint of the end wall. Power supply port shall consist of a 2 inch (51mm) inside diameter pipe nipple, inserted into an appropriately sized hole through and welded to the crest of the corrugation of the end wall. An internal feller plug shall be provided to make a weatherproof seal. DATA PLATES: A nonferrous metal data plate conforming to A-A-50271 shall be affixed to the center of the external surface of the right hand door. The method of attachment shall be either riveting or bolting. As follows: U.S. NAVY CONTAINER SHIPPING AND STORAGE, STEEL WALL (TYPE I) SPECIFICATION: A-A-59272 (2003) NSN: 8145-01-287-8567 ISO CONTAINER CONTROL NUMBER: TARE WEIGHT: LBS KG CONTRACT NUMBER: MFD BY: DATE (MONTH & YEAR) CSC Plates: Conforming to 49 CFR 451, subpart C, with appropriate information stamped, etched, or engraved on it shall be riveted or bolted to the lower left corner of the exterior face of the left hand door of each container. Add: All containers shall have a passive venting system. The venting system shall dissipate condensed moisture within the container during field operations. The venting system shall be similar to commonly used venting systems in commercial ISO containers. A vent cover shall be an integral part of the vent. The vents shall be capable of being opened and closed from the outside without the use of tools. Two vents shall be located in each sidewall, at opposite ends of the containers. Vents shall be located as close to the top of the wall as practical. The venting system shall not violate ISO Envelope Requirements, nor shall the vents protrude into the interior tie-bar system. The vents, when open, shall not permit wind-driven rain or splash to enter the containers. The vent, when closed, shall form a tight seal. The gasket material shall be mechanically fastened to the vent. Gasket material shall not be painted. Container shall conform to ISO 668 & ISO 1496-1 cargo containers are to be new and unused. I/A/W STD NR MIL-HDK-138B BASIC DTD 01 JAN 2002 AMEND NR DTD TYPE NUMBER: One (1) Set of Manuals required per container. Shipping Destinations: DESTINATION(S): (EQUIPMENT) 92 UNITS(S) TO: RECEIVING OFFICER CONSTRUCTION BATTALION CENTER GULFPORT 5201 11TH STREET OELF BLDG #437 POC: JERRY LUZADDER, COMM (228)871-3856 CELL (228)328-3144 MARK FOR: TA55 GULFPORT, MS 39501-5001 TCN N62604-1229-X313 ITEM UNIQUE IDENTIFICATION (IUID): Marking of major end items, reporting and registration per DFARS Clause 252.211-7003, Item Identification and valuation, Reference MIL-STD-130N SPECIAL INSTRUCTIONS: The following notation must be shown on all orders, contracts, bills of landing, correspondence, crates, boxes, shipment markings, DD-250 s etc. pertaining to procurement and shipment of this equipment: N62583-11-RC-NF313 ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 000246Each$____________ CONTAINER TRICON II FFP COLOR OD GREEN #34096 OUTSIDE, #33303 TAN INSIDE, ISO TRICON Double Door Both Ends Cargo Container FOB: Destination NSN: 8145-LL-LCC-2971 Note: NSN# 8145-LL-LCC-2971 is a NSN 8145-01-533-8674 TRICON DOUBLE DOORS BOTH ENDS with the below listed configuration changes. NSN# 8145-LL-LCC-2971 is used in our Inventory Records data base to track and account this type of CONTAINER in the NCF 1. Corrugated steel sides, roof + swing doors on both ends 2. Heavy duty steel floor (4) way fork lift pockets 3. Wall tie down steel lashing rings, 4,000 lbs. cap. each (16 total) 4. Door corner post tie downs (20 total) = restraint system, shoring slot will support 2" x 6" Lumber 5. Vents, (2) each (Closable) 6. Manifest box (2) each (One inside and one outside) 7. Connecting couplers, (3) per TRICON 8. Connecting coupler storage bracket (1) each 9. Interior measurements will at minimum be; Wide= 75.31 , Length= 89.5 , Height=89 One (1) Set of Manuals required per unit DESTINATION(S): (EQUIPMENT) 46 UNITS(S) TO: RECEIVING OFFICER CONSTRUCTION BATTALION CENTER GULFPORT 5201 11TH STREET OELF BLDG #437 POC: JERRY LUZADDER, COMM (228)871-3856 CELL (228)328-3144 MARK FOR: P25 SECTION 006 GULFPORT, MS 39501-5001 TCN N62604-1074-X305 ITEM UNIQUE IDENTIFICATION (IUID): Marking of major end items, reporting and registration per DFARS Clause 252.211-7003, Item Identification and valuation, Reference MIL-STD-130N SPECIAL INSTRUCTIONS: The following notation must be shown on all orders, contracts, bills of landing, correspondence, crates, boxes, shipment markings, DD-250 s etc. pertaining to procurement and shipment of this equipment: N62583-10-RC-NF305 The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition: 52.212-1, Instructions to Offerors Commercial Items (JUN 2008), Subparagraph (c) of the referenced provision is changed to 90 days; 52.212-2, Evaluation - Commercial Items (JAN 1999), the fill-in for Subparagraph (a) is: The factors are listed are listed below. (I) TECHNICAL CAPABILITY OF PROPOSED ITEM TO MEET THE REQUIREMENT (II) PAST PERFORMANCE (III) PRICE The Government intends to make award on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for Factor (I) and Factor (II), the two non-price factors. Offerors proposals will be evaluated under Factor (I) above, which represents minimum acceptable criteria. Under this factor, the Government will rate the products offered as either technically acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the entire proposal technically unacceptable and the proposal may not be considered for award. Only those Offers which meet the minimum technical requirements required by Factor (I) will be further evaluated under Factors (II). Under this factor, the Government will rate past performance as either acceptable, neutral, or unacceptable. Failure to receive an acceptable or neutral will render the offer ineligible for award. For those proposals that are rated acceptable on Factor (I) and acceptable or neutral on Factor (II), the Government will then evaluate Factor (III), Price. For further clarification, please note paragraph Offerors PAST PERFORMANCE below. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offerors best terms from both a price and technical standpoint. TECHNICAL CAPABILITY OF PROPOSED ITEM TO MEET THE REQUIREMENT, Factor (I), will be assessed by evaluating either commercial product brochures, drawings or technical information submitted in response to FAR Clause 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS, Subparagraph (b)(4) which is incorporated by reference in this solicitation. Offerors technical information will be used to determine whether the items proposed meet the specifications included in this solicitation. Items offered, as provided in Offerors technical information, will be evaluated as technically acceptable or technically unacceptable. Offers which are determined to be technically unacceptable may not be considered further for award. Offerors PAST PERFORMANCE information submitted as required by FAR Clause 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS, Subparagraph (b)(10), will be used to make a determination of whether the offeror has an acceptable record of past performance. A proposal that receives a rating of acceptable on past performance is one that demonstrates little anticipated risk in the areas of quality of the product, timely delivery, and customer satisfaction. Offerors should, therefore, provide performance history and references to demonstrate acceptable past performance for up to three prior similar contracts performed within the past three years. The evaluation may take into account past performance information regarding predecessor companies and subcontractors that will perform major or critical aspects of the requirement. Offers that lack relevant past performance history will receive a neutral rating for this factor. Any Offeror s proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government. Thus, the Contracting Officer may determine it is an unsuccessful proposal when compared to the proposals of other offerors. PAST PERFORMANCE information should be provided on the form provided as an attachment to this solicitation. Information utilized will be obtained from these references as well as any other sources that may have relevant information. 52.212-3, Contractor Representations and Certifications (AUG 2009) ALT I (APR 2002); 52.212-4, Contract Terms and Conditions - Commercial Items; Addendum to FAR 52.212-4 The following clauses are hereby incorporated by reference or full text as appropriate: 252.204-7004, Central Contractor Registration (52.204-7) ALT A; 52.247-34, F.O.B. Destination; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, and the following clauses are applicable to Subparagraph(b): 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-8, Utilization of Small Business Concerns 52.219-9, Small Business Subcontracting Plan 52.219-16, Liquidated Damages--Subcontracting Plan 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-1, Buy American Act Supplies; 52.225-2, Buy American Act Certificate; 52.225-3, Buy American- Free Trade Agreements-Israeli Trade Act; 52.225-4, Buy American- Free Trade Agreements-Israeli Trade Act Certificate; 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items and the following applicable clauses for Subparagraph (b): 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.225-7020 Trade Agreements Certificate; 252.225-7021 Trade Agreements; 252.232-7003 Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea 252.227-7015, Technical Data---Commercial Items All responsible sources may submit an offer which shall be considered by the agency. Central Contractor Registration (CCR): Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Delivery shall be no later than 90 days after receipt of order. Offerors are reminded to include a completed copy of 52.212-3 and its Alt. I with the offer. All quotes shall include price(s), FOB point, a point of contact, name and phone number, CAGE code, tax identification number, GSA contract number, if applicable, business size, and payment terms. Quotes will be accepted via email submitted to: lenette.santana@navy.mil. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. This announcement will close at 12:00 PM PST on 14 September 2011. Contact Lenette Santana who can be reached at 805-982-2193 or email lenette.santana@navy.mil. All responsible sources may submit a quote via email to lenette.santana@navy.mil which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024411T0540/listing.html)
 
Record
SN02555629-W 20110901/110831000120-822e232b77a52553c7e3aaae31e0a1b9 (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.