Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2009 FBO #2842
SOLICITATION NOTICE

81 -- ISO Container, Bulk Tricon Type II Style I

Notice Date
9/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024409T0584
 
Response Due
9/11/2009
 
Archive Date
9/26/2009
 
Point of Contact
Nancy Landeros 805-982-2189
 
E-Mail Address
POC email link
(nancy.landeros@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 N00244-09-T-0583. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-36 and DFARS Change Notice 20090825. 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. This is a competitive, unrestricted action. The Fleet Industrial Supply Center San Diego Port Hueneme Office requests responses from qualified sources capable of providing: 47 Each, ISO Containter, Bulk Tricon Type II Style I, Color to be Olive Drab #34096, Steel, 8 FT Wide X 8 FT High X 6 FT Long, in accordance with MIL-DTL-28689C. Containers shall conform to ISO 668 & ISO 1496-1. All Cargo containers are to be new and unused. All other requirements of MIL-DTL-28689C remain the same with the following exceptions/modifications: Interior Painting - The primer coat shall be one that is commercially offered by the containermanufacturer. The interior finish color shall be painted sand. The final coating thickness shall be in accordance with the manufacturers standard practice. Exterior painting - The primer coat shall be one that is commercially offered by the container manufacturer. The exterior finish color shall be Olive Drab 34096, FED-STD-595. The final coating thickness shall be in accordance with the manufacture's standard practice. 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 end 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. Add: Power Supply Cord Port: Each container shall have a power supply cord port. The power supply port shall be located approximately at the midpoint of the end wall. Power supply cord port shall be located in such a manner that it will not interfere with or be covered by the cabinets, rifle, racks, or cabinet doors. Power supply port shall consist of a 2 inch (51mm) inside diameter pipe nipple, inserted into an approximately 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. Add: Captive Connecting Couplers - Each tricon container shall be provided with three each captive connecting couplers. Suitable storage space for these couplers shall be provided in the container. Location of the storage space shall be in such a manner that it will not interfere with drawer or cabinet door use with or without the use of captive connections couplers installed. Data Plate 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. The data supplied on the plate shall be as follows: U.S. NAVY CONTAINER SHIPPING AND STORAGE, STEEL WALL (TYPE 1) SPECIFICATION MIL-DTL-28689C (1997) NSN: 8145-01-287-3294ISO CONTAINER CONTROL NUMBER: ________________________TARE WEIGHT: ______________LBS _____________________KG CONTRACT NUMBER: MFG BY ___________________________________________________DATE: (Month and Year) Exterior Markings - All markings are to be color White. 1 Set of Manuals required per container. Shipping Destinations:24 units to: Receiving OfficerBeachmaster Unit One3205 Attu Rd, Bldg 90Naval Amphibious Base CoronadoPOC: CMC COIT 619-437-2672TCN N53212-9198-X353 23 Units to:Receiving OfficerBeachmaster Unit Two1745 10th Street POC: CM1 Franklin 757-462-8156Norfolk, VA 23521-2942TCN N53211-9198-X353 Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items52.225-1, Buy American Act - Supplies;52.225-3, Buy American -Free Trade Agreements-Israeli Trade Act;52.225-4, Buy American -Free Trade Agreements-Israeli Trade Act Certificate52.232-33, Payment by EFT - Central Contractor Registration;Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. If you have completed the certifications in ORCA, please state so. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to DFARS 252.225-7001, Buy American Act and Balance of Payments program DFARS 252.232-7003, Electronic Submission of Payment Request - CCR;FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of technical, past performance and price. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (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. (The Government will not, however, provide additional credit for those proposals that may exceed the standards.) 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 or unacceptable. Failure to receive a rating of acceptable for this factor will render the entire proposal unacceptable and the proposal may not be considered for award. For those proposals that are rated acceptable on Factor (i) and Factor (ii), the Government will then evaluate Factor (iii), Price. 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 Offeror's best terms from both a price and technical standpoint. (b) TECHNICAL CAPABILITY OF PROPOSED ITEM TO MEET THE REQUIREMENT, Factor (i), will be assessed by evaluating either commercial product brochures 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. (c) Offeror's 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 who may have relevant information. (d) 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 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/. 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. This announcement will close at 2:00 PM PST on September 11, 2009. Contact Nancy Landeros who can be reached at 805-982-2189 or email nancy.landeros @navy.mil. All responsible sources may submit a quote which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024409T0584/listing.html)
 
Record
SN01940396-W 20090905/090904002123-4f1d52bac7907d338d5340749de9f096 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.