Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 28, 2024 SAM #8097
SOLICITATION NOTICE

59 -- Conex Box

Notice Date
1/26/2024 8:15:33 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
SUP OF SHIPBUILDING GROTON GROTON CT 06340-4990 USA
 
ZIP Code
06340-4990
 
Solicitation Number
N62789-24-R-0007
 
Response Due
2/7/2024 2:00:00 PM
 
Archive Date
02/22/2024
 
Point of Contact
Stephanie Brass, Phone: 8604339738, Stephanie Neale, Phone: 8604333709
 
E-Mail Address
stephanie.m.brass.civ@us.navy.mil, stephanie.neale@navy.mil
(stephanie.m.brass.civ@us.navy.mil, stephanie.neale@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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. Solicitation Number N62789-24-R-0007 is issued as a request for quotation (RFQ).� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-06 Published October 5, 2023, and Effective December 4, 2023. This is a 100% small business set-aside.� NAICS Code: 332311, size standard: 750. CLIN 0001:� The Contractor shall provide three (3) International Organization for Standardization (ISO) shipping containers (Conex boxes) in accordance with the following������� requirements: ����������� -Corrugated steel sides and roof ����������� -Fourteen (14) gauge locking steel double end swing doors ����������� -One and one eighth (1-1/8) inch thick marine plywood floors, forklift tested ��������������������� to 16,000 pounds (lbs.) per 44 square inches ����������� -Twenty-four (24) tie down lashing rings, 4,000 lbs. capacity each ����������� -Two (2) way fork-lift pockets ����������� -Vents two (2) each ����������� -Front corner post tied downs, five (5) on each side (ten (10) total) ����������� -Door corner post tie downs, five (5) on each side (ten (10) total) ����������� -Restraint system shoring slot that supports 2� x 6� lumber ����������� -Four (4) recessed D-rings on floor on cargo end ����������� -Four (4) lashing rings on front end ����������� -Bottom side rail relief notches, two (2) per side (four (4) total) ����������� -Front and rear end bottom rail relief notches, two (2) per end (four (4) total) ����������� -Four (4) recessed floor anchors ����������� -Measurements shall be as follows: Exterior Length - 9� 9-3/4� ����������������������������������������������� Exterior Height - 8�6��� � ����������������������������������������������� Exterior Width - 8�0� -Exterior paint shall be victory red. Color code number: 9B1922 (or equivalent). -Exterior label listing the empty weight as built configuration. -Contractor shall Deliver/Ship to (FOB Destination) three (3) ISO Container CONEX boxes. Delivery must be accomplished between Monday - Friday between 0700 and 1330 EST. CONTRACTOR TO PROVIDE A QUOTE BROKEN DOWN IN THE FOLLOWING MANNER: $X.XX � CONEX BOX cost for EACH $X.XX � SHIPPING $X.XX � TOTAL COST CLIN 0002:� The Contractor shall deliver and pick-up the Power Diesel Generator (FOB Destination) between Monday � Friday between 0700 and 1330 EST. Contractor to specify delivery and pick-up costs within the quote. Delivery location is as follows: Naval Submarine Base New London Groton, CT 06349-5000 M/F: Jim Crudden Phone: 860-694-24 The Government will evaluate the total offers for award purposes by adding the total price for all line items.� Evaluation of all line items will not obligate the Government to award all line items.� The Government intends to evaluate the quotes and award a contract without discussions with offerors.� However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.� Proposals are due prior to 5:00PM EST, 07 FEBURARY 2024.� Late submissions will not be accepted. Offers should be submitted via electronic commerce.� The electronic address for receipt of offers is:� Stephanie.m.brass.civ@us.navy.mil. Offerors should identify the RFQ number in the Subject Line of the email.� Offerors are advised to submit electronic documents early and confirm successful transmission/receipt. The System for Award Management (SAM) is a Government-maintained database of companies wanting to do business with the Government.� A firm must register and be active in SAM to receive a Federal award.� Register at:� https://sam.gov/SAM/pages/public/index.jsf.����� The Government reserves the right to award one line, all line items or any combination thereof.� If multiple line items are awarded, costs/prices for each line item will be totaled and award amount will be based on that total. Award will be made to the responsible offeror whose offer, conforming to the solicitation, is determined to be the best overall value, price and other factors considered. In determining the best overall response, the combined non-cost/price factors are more important than the cost/price factor; however, cost/price is a significant factor. The Government may select for award the offeror whose price is not necessarily the lowest, but whose technical proposal is more advantageous to the Government and warrants the additional cost. Offerors must satisfy the requirements described in the performance criteria, as well as other RFQ requirements. Offers that take exception to any performance criteria are unacceptable.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7113087536c1457fa3f1701052cba731/view)
 
Place of Performance
Address: Groton, CT 06340, USA
Zip Code: 06340
Country: USA
 
Record
SN06947029-F 20240128/240126230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.