SOLICITATION NOTICE
81 -- ISO Containers
- Notice Date
- 10/13/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332420
— Metal Tank (Heavy Gauge) Manufacturing
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Seal Beach Office 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024412T0005
- Response Due
- 11/15/2011
- Archive Date
- 11/30/2011
- Point of Contact
- Michael Kutner 562-626-7074
- E-Mail Address
-
Use this email to contact the Contract Specialist
(michael.kutner@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 N00244-12-T-0005. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20111004. It is the contractor s responsibility 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.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 332420 and the Small Business Standard is 500 employees. This requirement is a Competitive Unrestricted action. The NAVSUP FLC, San Diego, Detachment Seal Beach requests responses from qualified sources capable of providing: CLIN 0001, Qty.9 each, with 1 set of manuals per container: CONTAINER CONFIGURED 4A/4B 20 L X 8 X 8' H ISO CONTAINER, CONFIGURED WITH SHELVES/CABINETS CONFIGURATION 4A/4B WITH USN OWNERSHIP ISO NUMBERS. CONTAINER SHALL CONFORM TO ISO 668 & ISO 1496-1. CARGO CONTAINERS ARE TO BE NEW AND UNUSED. CONFIGURATION NUMBER IDENTIFIED WITH "A" SUFFIX (4A) IS INSTALLED ON THE RIGHT SIDE OF THE CONTAINER AS VIEWED FROM THE CONTAINER ENTRANCE. CONFIGURATION WITH A "B" SUFFIX (4B) IS INSTALLED ON THE LEFT SIDE OF THE CONTAINER AS VIEWED FROM THE CONTAINER ENTRANCE. MANIFEST BOX (2) EACH TO BE INCLUDED (ONE INSIDE AND ONE OUTSIDE). CONTAINER IN ACCORDANCE WITH COMMERCIAL ITEM DESCRIPTION (CID) A-A-59272 CONTAINER, CARGO END AND SIDE OPENING WITH FOLLOWING EXCEPTIONS/MODIFICATIONS (ALL OTHER REQUIREMENTS OF A-A-59272 REMAIN THE SAME): 3.3.2.1 SIDE AND END WALLS. "CORRUGATED CONSTRUCTION ONLY" I/L/O OF "CORRUGATED OR SMOOTH SKIN CONSTRUCTION". 3.3.6 FORKLIFT POCKETS. "USE 8 TINES ONLY" AND "INNER POCKETS ARE FOR HANDLING UNLOADED CONTAINERS ONLY I/L/O "EMPTY LIFT ONLY". LETTERS SHALL BE 2" HIGH. 3.3.10.2 TOP COAT. THE EXTERIOR FINISH COLOR SHALL BE PAINTED IN OLIVE DRAB #34096, FEDSTD-595 (I/L/O LUSTERLESS DESERT TAN), WITH AN INTERIOR FINISH COLOR OF DESERT TAN #33303 (I/L/O LIGHT GRAY). 3.3.11 EXTERIOR MARKINGS. (ADD) ALL MARKINGS ARE TO BE COLOR WHITE. 3.3.11.1 SIDEWALL MARKINGS. U.S. NAVY SEABEE CONTAINER SHALL BE STENCILED OR LETTER DECALED ON EACH SIDE WALL OF THE CONTAINER I/L/O PROPERTY OF U.S. ARMY . 3.3.11.2 FORCE PROVIDER EMBLEM. NOT REQUIRED 3.3.11.2.1 EMBLEM DESIGN. NOT REQUIRED. 3.3.14 CONSOLIDATED DATA PLATE. NOT REQUIRED. SHELVES/CABINETS IN ACCORDANCE WITH DETAIL SPECIFICATION MIL-DTL-28689C AND NAVFAC DRAWING 6028534, WITH THE FOLLOWING EXCEPTIONS: 3.4.14 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 CABINETS DOORS. POWER SUPPLY CORD PORT SHALL CONSIST OF A 2-INCH (55MM) 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. 3.4.15 CONTAINER VENTS. 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 ENDS 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. 3.8.3 CABINETRY PAINTING. THE CABINETS SHALL BE PAINTED IN ACCORDANCE WITH MANUFACTURER S STANDARD PRACTICE. COLOR SHALL BE MANUFACTURER STANDARD BEIGE. 3.9.1.1 DATA PLATES. 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 A-A-59272 (2003) MIL-DTL-28689C (1997) NSN: 8145-01-287-3295 ISO CONTAINER CONTROL NUMBER: _________________________ TARE WEIGHT: ___________LBS____________________KG CONTRACT NUMBER: MFG BY: ___________________________________________________ DATE: (month and year) 3.9.1.3 CSC PLATES. CSC SAFETY APPROVAL PLATE CONFORMING TO 49 CFR 451, SUBPART C, WITH APPROPRIATE INFORMATION STAMPED, ETCHED, OR ENGRAVED ON IT SHALL BE RIVETED OR BOLTED TO THE LOWER LEFT CORNER OF THE EXTERIOR FACE OF THE LEFT HAND DOOR OF EACH CONTAINER. Items shall be shipped FOB Destination, not later than 90 Days following contract award. Deliver to: Receiving Officer Naval Expeditionary Logistics Support Group 3350 Patterson Road, Bldg. 801 Mark For: P32 Primary POC: 805-982-3374 Secondary POC: 805-982-3431 NO AFTER HOURS PHONE SUPPORT Port Hueneme, CA 93043-4301 TCN: N62583-1230-X333 All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and the right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following FAR provisions and clauses are applicable to this procurement: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.219.28, Post Award Small Business Program Representation; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7020, Trade Agreements Certificate; 252.225-7021, Trade Agreement; 252.225-7036, Buy American Act--Free Trade Agreements-- Balance of Payments Program Preference for Domestic Commodities; 252.232-7003, Electronic Submission of Payment Request; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea; 252.227-7037, Validation of Restrictive Markings on Technical Data. Quoters must be registered in the CCR database to be considered for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the internet. Registration is free and can be completed on-line at http://www.ccr.gov. Quoters should also complete their Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. Provision 52.212-2, Evaluation Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation s minimum criteria for technical acceptability at the lowest price, past performance considered. Please also complete and return the attached OFFEROR'S PAST PERFORMANCE DATA form. To be determined technically acceptable the Offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Provide copies of applicable commercially published price lists pertaining to your company s products that meet the specifications, along with applicable government discounts. Quotes must be received no later than 3:00 Local Time, November 15, 2011. Fax proposal to 562-626-7877 or Email: michael.kutner@navy.mil. No questions or requests for clarification accepted after 3:00 PM PT on 11/09/11. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024412T0005/listing.html)
- Record
- SN02606966-W 20111015/111013234719-c08e37122653dd9481d803fa13d3d505 (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 |