Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2012 FBO #3763
SOLICITATION NOTICE

81 -- Tricon Containers and ISO Containers and Toolbox Inserts

Notice Date
3/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Seal Beach Office 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024412T0106
 
Response Due
4/16/2012
 
Archive Date
5/1/2012
 
Point of Contact
Michael Kutner 562-626-7074
 
E-Mail Address
Use this email to contact the Contract Specialist
(michael.kutner@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, 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 N00244-12-T-0106. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-56 and DFARS Change Notice 20120305. It is the contractor ™s responsibility 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.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 332439 and the Small Business Standard is 500 employees. This requirement is a Competitive Unrestricted action. The NAVSUP FLC, San Diego, Detachment Seal Beach requests responses from qualified sources capable of providing specialized tooling storage systems that can be loaded or unloaded to a Tricon container or to an 20 ™ ISO Container with a forklift per the below specifications as follows: CLINDescriptionQty 0001Complete Tricon Container and Toolbox Inserts1 Each (Container supplied by Offeror) Consisting of: TRICON Configuration # 1 SIDE A AND SIDE B (Drawing Attached) 8' tall Tricon Container with Fixed Internal Components (1 each) SIDE A: Full Width Glide-Out shelves 2,250lb capacity standard extension (2 each) SIDE B: Center columns (1 each) Slide-Out Bulk Shelves w/ 500lbs Shelf Support (2 each) 11.2" high 1/2 width Drawer/Shelf Unit w/ 500lb capacity Shelf Support (4 each) 4.7" high 1/2 width Drawer/Shelf Unit w/ 500lb capacity Shelf Support (4 each) 17.5" high 1/2 width Drawer/Shelf Unit w/ 500lb capacity Shelf Support (2 each) 0002Complete Tricon Container and Toolbox Inserts4 Each (Container supplied by Offeror) Consisting of: TRICON Configuration # 2 SIDE A and SIDE B (Drawing Attached) 8' tall Tricon Container with Fixed Internal Components (1 each) SIDES A and B Center columns (2 each) Slide-Out Bulk Shelves w/ 500lbs Shelf Support (4 each) 11.2" high 1/2 width Drawer/Shelf Unit w/ 500lb capacity Shelf Support (8 each) 4.7" high 1/2 width Drawer/Shelf Unit w/ 500lb capacity Shelf Support (8 each) 17.5" high 1/2 width Drawer/Shelf Unit w/ 500lb capacity Shelf Support (4 each) 0003Complete ISO 20 ™ Container and Toolbox Inserts2 Each (Container supplied by Offeror) Consisting of: 20' ISO Container Configuration # 1 (With double doors on one end) (Drawing Attached) Fixed Internals mounted to new commercial ISO 20' Container (1 each) Slide Out Bulk Shelves w/ 500lb Shelf Support (6 each) 11.2" high Drawer/Shelf Unit w/ 500lb capacity Shelf Support (5 each) 4.7" high Drawer/Shelf Unit w/ 500lb capacity Shelf Support (8 each) 17.5" high Drawer/Shelf Unit w/ 500lb capacity Shelf Support (3 each) CONTAINER AND CONTAINER TOOLBOX INSERTS TECHNICAL SPECIFICATIONS 1. CONFIGURATION 1.1 Container 1.1.1 Standard ISO CONEX with doors on both ends “ NEW AND UNUSED 1.1.2 8' tall TRICON Type 2, with double doors on one end and ISO 20' “ NEW AND UNUSED 1.2 Volume Utilization 1.2.1 System shall utilize entire height and width of container while maintaining 100% access to contents. 1.2.2 Minimum quantity of 8 up to 36 adjustable and removable compartments in partitioned Drawer/Shelf Unit Standard 1.2.3 Fixed Rack Unit shall be welded to container to increase structural integrity 1.2.4 Removable Drawer/Shelf Unit shall be completely removable from Rack Unit manually, without use of a forklift or other mechanical assistance. 1.3 Customization 1.3.1 Drawer/Shelf Unit and glide-out shelves shall be capable of being reconfigured, added to, or removed totally from container. 1.4 Tricon Features: - Corrugated steel sides, roof, and swing doors on both sides - Heavy duty steel floor - Four way fork lift pockets - Wall tie down steel lashing rings, 4,000 Ibs capacity each (20) total - Door corner post tie downs, (20) total = restraint system, shoring slot will support 2" x 6" lumber - Vents, (2) each - Adjustable shelving brackets, (5) sets: (10) vertical E-Track section total - Military STANDARD NON-CARC GREEN 595B #34094 or STANDARD NON-CARC TAN 595B #33446 exterior paint Tricon Length Height Width Door Opening Ext./Int. Ext. /Int. Ext./ Int. Height /Width Ft./ln. 6' 5 1/2" / 75.31" 8'0" / 89.02" 8'0" / 89.53" 85.04" / 73.70" Metric 1.969 / 1.912 2.438 / 2.261 2.438 / 2.274 2.160 / 1.872 Tricon Tare Weight Payload Gross Weight Cubic Capacity Lbs. 2,800 12,100 14,900 347 Cu. Ft. Kg. 1,270 5,489 6,759 9.83 Cu. M. 1.5 ISO Cargo Container (20 ™ X 8 ™ X 8 ™, Dry Freight, Type 2, with Double Doors on One End) Features: - Corrugated steel sides, roof, and swing doors on one end - (2) sets of forklift pockets, laden and unladen - 1 1/8  thick marine plywood floors, forklift tested to 16,000 lbs per 44 square inches - Top and bottom wall tie down steel lashing rings, 4,000 Ibs capacity each (24) total tested at 6,000 lbs. - Each door corner post has (4) shoring slots to accommodate a 2" x 6" lumber restraint system - Vents, (2) each - Military STANDARD NON- CARC GREEN 595B #34094 or STANDARD NON-CARC TAN 595B #33446 exterior paint ISO CT Length Height Width Door Opening Ext./Int. Ext. /Int. Ext./ Int. Height /Width Ft./ln. 19 ™ 10 ½  / 19 ™ 2 1/16  8'0" / 7 ™ 4 3/16  8'0" / 7 ™ 8 ½  6 ™ 11 5/8  /7 ™ 8 1/8  Metric 6,058 / 5,084 2,438 / 2,240 2,438 / 2,350 2,125 / 2,340 ISO CT Tare Weight Payload Gross Weight Cubic Capacity Lbs. 5,35047,560 52,910 1,086 Cu. Ft. Kg. 2,42721,573 24,000 30.8 Cu. M. 2. SECURITY 2.1 Three (3) Level security locking system 2.1.1 Ability to lock container doors 2.1.2 Ability to lock all Drawer/Shelf Units within the Removable Pallet with closure "gates" 2.1.3 Ability to lock contents within Drawer/Shelf Unit 2.2 All Boxes shall be environmentally sealed (weatherproof) to protect contents, allowing for storage of moisture sensitive items 2.3 Minimum three (3) level Drawer/Shelf Unit retention system 2.3.1 Four (4) point Drawer/Shelf Unit pin retention system --holds box within Shelf Support 2.3.2 Six (6) point Shelf Support retention system-- holds Shelf Support within Rack Unitallowing for 100% extension and complete retention when stowed. 2.3.3 Four (4) point M12 8.8 grade hex bolt attachment design to secure Shelf Support to Rack Unit. 3. SAFETY 3.1 Minimum 4X safety factor for Drawer/Shelf Unit Slide Support 3.2 Minimum 5X safety factor for Glide-Out shelves 3.3 Gas strut supported lid 3.4 Thumb latch Drawer/Shelf Unit release system 4. MAINTENANCE & WARRANTY 4.1 No maintenance required 4.1.1 System shall be equipped with self-lubricating slides 4.1.2 System components shall be double powder coated for corrosion resistance 4.2 Warranty “ Minimum One (1) year from time of delivery Items shall be shipped FOB Destination, not later than 60 Days following contract award. Deliver to: Supply Officer 31st Seabee Readiness Group 1991 Pacific Road, Bldg 375 Port Hueneme, CA 93043 All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and the right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following FAR provisions and clauses are applicable to this procurement: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.219.28, Post Award Small Business Program Representation; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.246-2, Inspection of Supplies ”Fixed Price. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7021 ALT I, Trade Agreement; 252.232-7003, Electronic Submission of Payment Request; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea; 252.227-7037, Validation of Restrictive Markings on Technical Data. Quoters must be registered in the CCR database to be considered for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the internet. Registration is free and can be completed on-line at http://www.ccr.gov. Quoters should also complete their Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. Provision 52.212-2, Evaluation Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation ™s minimum criteria for technical acceptability at the lowest price, past performance considered. Please also complete and return the attached œOFFEROR'S PAST PERFORMANCE DATA  form. To be determined technically acceptable the Offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Provide copies of applicable commercially published price lists pertaining to your company ™s products that meet the specifications, along with applicable government discounts. Quotes must be received no later than 1:00 PM Local Time, April 16, 2012. Fax proposal to 562-626-7877 or Email: michael.kutner@navy.mil. No questions or requests for clarification accepted after 3:00 PM PT on 4/6/12. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024412T0106/listing.html)
 
Record
SN02694300-W 20120314/120312234648-654287d66446174dd6af08c96f3bec76 (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.