Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2011 FBO #3543
SOLICITATION NOTICE

81 -- Two Hundred Tech Controll Suite Transit Cases

Notice Date
8/5/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
N63394 NAVAL SURFACE WARFARE CENTER, CALIFORNIA 4363 Missile Way Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N6339411T5079
 
Response Due
8/10/2011
 
Archive Date
2/6/2012
 
Point of Contact
Marlena Warren 951-273-4496 Marlena Warren
 
E-Mail Address
a.warren@navy.mil<br
 
Small Business Set-Aside
Total Small Business
 
Description
ALL INTERESTED PARTIES: PLEASE READ THIS SYNOPSIS/SOLICITATION IN ITS ENTIRETY ¦.. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement is the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is N63394-11-T-5079 and is issued as a request for quotation (RFQ). This acquisition is firm-fixed price and is 100% set-aside for small business. This item is commercially available off the shelf. The Government will award to the responsible offeror whose offer conforms to the requirement as stated in this synopsis and is the most advantageous to the Government based on the lowest price and technically acceptable. NSWC, Corona Division has a requirement to provide two hundred (200) transit cases to outfit the ground Marine Corps with Tech Controller Suite equipment. Salient Characteristics for -Tech Controller Suite- Transit Cases Case must consist of a highly durable solid-wall shell, which closes in a manner to make the case water- and vapor-tight. The case will be made entirely of corrosion proof materials, either plastic and/or stainless metals, which can withstand extended exposure to all climate extremes without detriment to case durability or operability. Of particular interest is the case ™s ability to withstand extreme temperatures, ultraviolet, solvents, impact, and fungus exposure. The case shall provide for pressure relief, either automatic or manual, to preclude the case from becoming -vacuum locked- due to the transition between high-altitude transit and the relative barometric pressure supporting ground operations post-transit. The case lid will be hinged in a manner which retains the lid with the case in both open and closed positions, and the lid will be retained by a mechanism which will hold the lid in the open position. This mechanism can be intentionally disengaged either by sufficient pull force or mechanism release action. The case will provide for the lid to be locked in the closed position through the use of an integrated locking mechanism or external padlock. Unlocking the case will require a tamper-resistant key mechanism, or combination of no less than three, full-decimal (0-9) digits. The intended contents of the case are considered highly pilferable items. The case lid shall be secured to the lower portion of the case by no less than four latches, also made entirely from corrosion-proof materials as stipulated above. The case, including operating mechanisms, shall be predominantly (97 degrees plus) black in color with minimal reflective surface area (less than 1percent) for tactical purposes. The case will have at least two integrated handle assemblies, hinged so that it can lay flat against the exterior surface to minimize footprint in transit. The case interior will be of sufficient size to accommodate the following interior minimum dimensions: 46.5 inches length, 24 inches width, and 17 inches height. Cases which exceed any two of these interior dimensions by more than 12 inches combined will be considered overly large and may be disqualified on this basis. Individual exterior dimensions shall not exceed corresponding interior dimensions by more than 7 inches. Foam insert is neither desired nor required. The submitted products shall meet or exceed the salient characteristics of this representative case or will be considered deficient. Shipping shall be included in the total cost. Shipping shall be included in the total cost of these items and must be delivered by 19 August 2011 or sooner. Quotes must include delivery date. Offeror must be registered in the Central Contractor Registration (CCR). The associated North American Industrial Classification System (NAICS) code for this procurement is 326199 with an associated small business size standard of 500 employees. Quotes are due no later than 3:00PM PST, August 10, 2011. Quotes must be valid for sixty (60) days after due date. Any amendment(s) issued to this RFQ will be published on this website. Therefore it is the offeror ™s responsibility to visit this website frequently for updated on this procurement. Any and all responsible source having the technical capabilities to meet the requirement described are encouraged to submit a quote along with their technical capabilities to include complete and detailed technical specification of their product, past performance information, price, and lead time, DUNS, CAGE, & TAX Id, for consideration via email to: Marlena.warren@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N6339411T5079/listing.html)
 
Place of Performance
Address: 1999 Fourth Street, Norco, CA
Zip Code: 92860
 
Record
SN02523955-W 20110807/110805235234-63394a46c12d9bd09cabbe0b88d0b99d (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.