Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2016 FBO #5178
SOLICITATION NOTICE

81 -- 20-ft ISO Shipping Containter with Reconfigurable palletized rack system - Specifications

Notice Date
1/25/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N63394-16-T-0039
 
Archive Date
2/18/2016
 
Point of Contact
Ruben A. Velasquez, , Michael A. Kahyai,
 
E-Mail Address
ruben.velasquez@navy.mil, michael.kahyai@navy.mil
(ruben.velasquez@navy.mil, michael.kahyai@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
picture picture Picture Picture Specifications This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. The proposed contract action is for supplies for which the Government intends to solicit and negotiate a Firm Fixed Price contract with only one source, ECL Solutions LTD, under authority of FAR 13.106., ECL Solutions LTD is the sole supplier for 20ft ISO containers with a Palletized Rack Mounted System. Interested persons may identify their interest and capability to respond to the requirement or submit quotes with proof of capability to meet form, fit, and functional requirements. This notice of intent is not a request for competitive quotes. However, all quotes with supporting documents received before the closing date of this Request for Quotation (RFQ) will be considered by the government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The solicitation number is N63394-16-T-0026 and is issued as a RFQ, unless otherwise indicated herein. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-86. The associated North American Industrial Classification System (NAICS) code for this procurement is 335931 with a small business size standard of 500 employees. This requirement is unrestricted. Naval Surface Warfare Center, Port Hueneme Division intends to enter into a Firm Fixed Price contract for the following requirement:. (3) 20 foot ISO containers with reconfigurable shelving and a specialized rack system, with fully/partially removable pallet shelving that is Convention for Safe Containers (CSC) certified as built. Configurized containers should be flexible for safe and quick reconfiguration be able to meet any load out configuration. Size and Quantity 1. Three 20 foot containers, with forklift pockets. Interior Storage Characteristics 2. Interior must be designed to accommodate removable, reconfigurable, modular shelving. 3. Shelf size must accommodate typical-size pallets: a. Width: between 50 and 56 inches b. Depth: between 40 and 46 inches 4. All shelves must be the same size and interchangeable; can be placed in any shelf position. 5. Shelf system must be completely removable to use the container as a standard side-opening container. 6. Shelf system must be partially installable so that part of the container has shelves and the remainder is clear for large items. 7. Shelves must be installable at different heights to accommodate different size items and maximize space utilization. Heights must be selectable in increments of 6 inches or less. 8. Each shelf section must have a capacity of at least 4500lbs in transit. 9. Each shelf must have a capacity of at least 2250lbs uniformly distributed, in transit. 10. Container must have lashing tie-down points that are usable with or without the shelf system. 11. Containers must include 24 shelves each. 12. Containers must include lashing equipment such as nets or straps for each shelf. ISO Standards 13. Corner fittings, anti-rack hardware, forklift pockets, and all other aspects of the container must be in compliance with ISO standards for intermodal transport. 14. Must meet all requirements for ISO Certification and Periodic Reinspection: a. International Convention for Safe Containers b. Public Law 95-208 c. 49CFR Parts 450-453 15. Must meet Department of Defense requirements for intermodal containers a. Defense Transportation Regulation (DTR 4500.9-R) 16. Standards apply to container in as built configuration, including modular shelving described above. Door Style 17. Containers must have full-length side-opening doors on both long sides. End walls may be doors or fixed walls. Inspection and Acceptance is to be at destination with delivery FOB destination, Port Hueneme, CA 93043-4711. New equipment only, no remanufactured or "gray market" items. Bid must be good for a minimum of 60 calendar days after close of buy. Terms are Net 30. In addition to price, responses shall include the following: 1. Company Cage Code 2. Tax ID# 3. Country Items are manufactured in 4. If freight charges apply, please provide firm fixed price shipping cost to Port Hueneme, CA 93043-4711. 5. Lead time 6. Is your company OEM or PROPRIETARY for these products? 7. Pricing: Are the items quoted available on a commercial, published, or on-line price listing? If so, please attach to the RFQ response. If internal price listing, please provide the title of your price list with the page number the items are listed on & the date it was established. 8. Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? WAWF is the DoD mandated of invoicing for Government orders. To register for WAWF, please go to the web site at https://wawf.eb.mil To be eligible for award of a Government contract, contractors must be properly registered in the System for Award Management (SAM). The link to the website is https://www.sam.gov. The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation 2013-O0019)(MAY 2015), all clauses. With regards to paragraph (b)(1)(xi), paragraph (A) - 52.222-50 applies. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (POC). It is the responsibility of the offeror to submit offers to the POC at NSWC PHD by the closing date of 3 February 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-16-T-0039/listing.html)
 
Record
SN03999680-W 20160127/160125233722-391e8a9455effcc565d3bbdd929c9859 (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.