Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
MODIFICATION

54 -- Modular Aluminum Panel System

Notice Date
3/7/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
1968 Gilbert St, Suite 600, Norfolk, VA 23511
 
ZIP Code
23511
 
Solicitation Number
N4008518RC00085
 
Response Due
3/9/2018
 
Archive Date
9/5/2018
 
Point of Contact
Name: Ricardo Lopez, Title: Contract Specialist, Phone: 7574431926, Fax:
 
E-Mail Address
ricardo.a.lopez4@navy.mil;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: 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. The solicitation number is N4008518RC00085 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 332439 with a small business size standard of 500.00 employees. This requirement is unrestricted and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-03-09 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Groton, CT 06349 The FLC - Norfolk requires the following items, Meet or Exceed, to the following: LI 001: 6' End Members - Replacement parts for all system components must be available from a vendor located within a 2 hour drive from Naval Submarine Base New London, Groton, CT 06359. Provide vendor information that has replacement parts available., 8, EA; LI 002: 2'H x 10'L Modular Aluminum Panel, Includes 4 pins with keepers - Panels must be double-wall aluminum and foam filled - Must be configurable for 2, 3 or 4 sided applications - Must be capable of being assembled by a two-man crew - Panels must connect via a tongue and groove system - All panels must be capable of going to a depth of 12' in class "C" soil for 2, 3 and 4 sided boxes and must be stamped/verified by a professional engineer - Panel capacity for 10'L panels must be at least 960 PSF for 2, 3 and 4 sided boxes and must be stamped/verified by a professional engineer - Trench box width must be capable of being adjusted up to a maximum width of 96" - Replacement parts for all system components must be available from a vendor located within a 2 hour drive from Naval Submarine Base New London, Groton, CT 06359. Provide vendor information that has replacement parts available., 12, EA; LI 003: 2'H x 6'L Modular Aluminum Panel, Includes 4 pins with keepers - Panels must be double-wall aluminum and foam filled - Must be configurable for 2, 3 or 4 sided applications - Must be capable of being assembled by a two-man crew - Panels must connect via a tongue and groove system - All panels must be capable of going to a depth of 12' in class "C" soil for 2, 3 and 4 sided boxes and must be stamped/verified by a professional engineer - Panel capacity for 6'L panels must be at least 2,700 PSF for 2, 3 and 4 sided boxes and must be stamped/verified by a professional engineer - Trench box width must be capable of being adjusted up to a maximum width of 96" - Replacement parts for all system components must be available from a vendor located within a 2 hour drive from Naval Submarine Base New London, Groton, CT 06359. Provide vendor information that has replacement parts available., 12, EA; LI 004: 2'H x 8'L Modular Aluminum Panel, Includes 4 pins with keepers - Panels must be double-wall aluminum and foam filled - Must be configurable for 2, 3 or 4 sided applications - Must be capable of being assembled by a two-man crew - Panels must connect via a tongue and groove system - All panels must be capable of going to a depth of 12' in class "C" soil for 2, 3 and 4 sided boxes and must be stamped/verified by a professional engineer - Panel capacity for 8'L panels must be at least 1,500 PSF for 2, 3 and 4 sided boxes and must be stamped/verified by a professional engineer - Trench box width must be capable of being adjusted up to a maximum width of 96" - Replacement parts for all system components must be available from a vendor located within a 2 hour drive from Naval Submarine Base New London, Groton, CT 06359. Provide vendor information that has replacement parts available., 12, EA; LI 005: Adjustable Pin Spreader, 60" - 96" Range - Replacement parts for all system components must be available from a vendor located within a 2 hour drive from Naval Submarine Base New London, Groton, CT 06359. Provide vendor information that has replacement parts available., 8, EA; LI 006: Recessed Lifting Lug with pin and keeper - Replacement parts for all system components must be available from a vendor located within a 2 hour drive from Naval Submarine Base New London, Groton, CT 06359. Provide vendor information that has replacement parts available., 8, EA; LI 007: 2' Adjustable Legs with pins and keeper - Replacement parts for all system components must be available from a vendor located within a 2 hour drive from Naval Submarine Base New London, Groton, CT 06359. Provide vendor information that has replacement parts available., 2, EA; LI 008: Set of 4 Stacking Brackets with pins and keepers - Replacement parts for all system components must be available from a vendor located within a 2 hour drive from Naval Submarine Base New London, Groton, CT 06359. Provide vendor information that has replacement parts available., 1, EA; LI 009: Single Shore 1.5' Rails / 1 Cylinder - Range 52" - 88" - Replacement parts for all system components must be available from a vendor located within a 2 hour drive from Naval Submarine Base New London, Groton, CT 06359, 8, EA; LI 010: 4'x8' Fin Form Board - Replacement parts for all system components must be available from a vendor located within a 2 hour drive from Naval Submarine Base New London, Groton, CT 06359. Provide vendor information that has replacement parts available., 8, EA; LI 011: High-Volume Hand Pump w/7.5 Gallon Plastic Container - Replacement parts for all system components must be available from a vendor located within a 2 hour drive from Naval Submarine Base New London, Groton, CT 06359. Provide vendor information that has replacement parts available., 1, EA; LI 012: 48" Release Tool for Hydraulic Shore - Replacement parts for all system components must be available from a vendor located within a 2 hour drive from Naval Submarine Base New London, Groton, CT 06359. Provide vendor information that has replacement parts available., 1, EA; LI 013: 48" Removal Hook for Hydraulic Shore - Replacement parts for all system components must be available from a vendor located within a 2 hour drive from Naval Submarine Base New London, Groton, CT 06359. Provide vendor information that has replacement parts available., 1, EA; LI 014: Trench Box Ladder with Pass Through Hand Rails - Replacement parts for all system components must be available from a vendor located within a 2 hour drive from Naval Submarine Base New London, Groton, CT 06359. Provide vendor information that has replacement parts available., 2, EA; LI 015: 6' Extension for Trench Box Ladder - Replacement parts for all system components must be available from a vendor located within a 2 hour drive from Naval Submarine Base New London, Groton, CT 06359. Provide vendor information that has replacement parts available., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - Norfolk intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Norfolk is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. 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 FAR 52.247-34, F.o.b. Destination applies New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N4008518RC00085/listing.html)
 
Place of Performance
Address: Groton, CT 06349
Zip Code: 06349-5400
 
Record
SN04846333-W 20180309/180307231752-156c76ffe92773f75f9502d23431e387 (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.