Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2016 FBO #5510
SOLICITATION NOTICE

81 -- Shipping Containers

Notice Date
12/22/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
 
ZIP Code
92155
 
Solicitation Number
H92244-17-T-0021
 
Archive Date
1/19/2017
 
Point of Contact
Amy M. Bozzard,
 
E-Mail Address
amy.bozzard@vb.socom.mil
(amy.bozzard@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-92. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The solicitation number for this requirement is H92244-17-T-0021. This requirement has been deemed a 100% small business set-aside under the associated North American Industry Classification System (NAICS) Code 332439-Other Metal Container Manufacturing which has a size standard of 500 employees. The Government contemplates award of a Firm-Fixed Price (FFP) purchase order for the following brand name or equal items: Contract Line Item Number (CLIN): 0001 Unit of Issue: Each Quantity: 2 DRY FREIGHT ISO CARGO CONTAINER WITH 2 ROLL UP DOORS 20' X 8'6". MFR SEA BOX INC P/N SB861.6.2RD OR EQUAL. MINIMUM SPECS: • Corrugated steel sides & roof; • 2 roll-up doors; • 1 interior wall partition creating 2 interior storage spaces @ 8' X 9 1/2' wide; • 1 set of forklift pockets; • 1 1/8" thick marine wood floors forklift tested to 16,000 lbs per 44 sq. inches; and • Wall tie down steel lashing rings. CLIN: 0002 Unit of Issue: Each Quantity: 4 DRY FREIGHT ISO CARGO CONTAINER ALL ACCESS 20' X 8'6". MFR SEA BOX INC P/N SB894.6 OR EQUAL. MINIMUM SPECS: • Corrugated steel roof; • (2) 14 gauge steel double bifold swing side doors; • (2) 14 gauge steel double end swing doors; • 1 1/8" thick marine wood floors forklift tested to 16,000 lbs per 44 sq. inches; • Tie down steel lashing rings, 4000 lbs. cap. each; • 2 sets of fork lift pockets, laden and unladen; • 2 vents each • Tan in color The provision at FAR 52.211-6 applies to this acquisition and states: (a) If an item in this solicitation is identified as "brand name or equal", the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must - (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by - (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. INSTRUCTIONS AND SUBMISSION PROCEDURES: Supplies with be delivered FOB Destination to Virginia Beach, VA 23461. The contractor shall round any estimated shipping charges into unit prices and shall not charge shipping on a separate line item. Offerors shall note the lead time or approximate delivery date for items quoted. All questions regarding this solicitation must be submitted to the Contract Specialist via email no later than 10:00 a.m. Eastern Time, 29 December 2016, to amy.bozzard@vb.socom.mil. Responses to this solicitation must be signed, dated, and received no later than 10:00 a.m. Eastern Time, 4 January 2017. Responses must be sent by email directly to the Contract Specialist, Amy Bozzard, at amy.bozzard@vb.socom.mil. All quotations from responsible sources will be fully considered. Contractors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Contractors may register with SAM online for free at www.sam.gov. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. The following clauses and provisions and clauses are incorporated either by reference: FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenace FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.204-19, Incorporating by Reference of Representation and Certifications FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations - Representation FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors- Commercial Items FAR 52.212-2, Evaluation- Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-cost factors, which are the technical requirements/specifications in accordance with the CLINs above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserved the right to award on an all or none basis. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items Alt I The offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website through http://www.sam.gov/portal. If the offeror has not completed the annual representations and certification electronically, the offeror shall complete only paragraphs (c) through (r) of this provision. FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation 2013-O0019) (JUN 2016) FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest After Award FAR 52.239-1, Privacy or Security Safeguards FAR 52.246-16, Responsibility for Supplies FAR 52.247-34, FOB- Destination DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252-211-7003, Item Identification and Valuation DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluation DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7048, Export-Controlled Items DFARS 252.227-7015, Technical Data - Commercial Items DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea SOFARS 5652.204-9003, Disclosure of Unclassified Information and Notification Requirements for Cyber Security Breaches SOFARS 5652.215-9016, Technical and Contractual Questions Regarding This Solicitation SOFARS 5652.232-9003 Paying Office Instructions SOFARS 5652.233-9000, Independent Review for Agency Protests All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision shall be made through the Contracting Officer to the HCD/FCO. If the HCD/FCO is the Contracting Officer, submit the request in accordance with FAR 33.103(d) (4) to: Chief, SOF-AT&L-KM or SOF-AT&L-KX as appropriate, 7701 Tampa Point Blvd., MacDill AFB, FL 33621, Fax (813) 826-7504. For questions concerning this solicitation contact Amy Bozzard, Contract Specialist via email at amy.bozzard@vb.socom.mil TELEPHONE REQUESTS WILL NOT BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92244-17-T-0021/listing.html)
 
Record
SN04358985-W 20161224/161222234818-b81c7044a1bed998c951b675a1bf4092 (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.