Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 23, 2025 SAM #8458
SOLICITATION NOTICE

20 -- Refrigerated ISO Cargo Container

Notice Date
1/21/2025 11:25:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
MSC NORFOLK NORFOLK VA 23511-2313 USA
 
ZIP Code
23511-2313
 
Solicitation Number
N3220525Q2188
 
Response Due
1/24/2025 10:00:00 AM
 
Archive Date
02/08/2025
 
Point of Contact
Samuel N. Queen, Phone: 7576420500
 
E-Mail Address
samuel.n.queen2.civ@us.navy.mil
(samuel.n.queen2.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Military Sealift Command Combined Synopsis and Solicitation Notice Information 1. This is a combined synopsis/solicitation for commercial products and commercial services 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; quotations are being requested and a written solicitation will not be issued. 2. Solicitation number is N3220525Q2188 and is being issued as a Request for Quotes (RFQ). This solicitation does not have a Defense Priorities and Allocation System (DPAS) rating. 3. The solicitation document and incorporated provisions and clauses are those in effect through: a. Federal Acquisition Circular (FAC) 2025-03, effective 01/17/2025, located at https://www.acquisition.gov/browse/index/far b. DFARS Publication Notice 20250117, effective 01/17/2025, located at https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ 4. The associated North American Industry Classification System (NAICS) code is 332439 � Other Metal Container Manufacturing and the associated Product Service Code (PSC)/Federal Supply Code (FSC) is 3499 � Fabricated Metal Products, Not Elsewhere Classified for this procurement: NOTE: A Class Waiver is not applicable to a procurement unless the NAICS code, PSC/FSC, and NAICS Code Descriptor currently in effect, match the item(s) being procured. 0 is not being set-aside for small businesses. 1 is being set-aside for small business. The small business size standard is _600__. 5. The table below lists the Contract Line Item Number(s) (CLIN(s)) and items, quantities, and units of measure, inclusive of any applicable options: CLIN DESCRIPTION QUANTITY UNIT OF MEASURE 0001 20 X 86"" REFRIGERATED ISO CARGO CONTAINER SEA BOX PART # SB8140.6 PER GSA CONTRACT GS-02F-0024P (PN: 69NT40-541-302) 3 EA 0002 ROLLERS (PN: SB3481) 3 EA Wood Packaging / DOD unique identification / Shipping Not separately priced 6. It is anticipated one firm-fixed price purchase order will be issued in response to this RFQ. No commercial financing. 7. The required delivery is FOB Destination and acceptance date is April 18, 2025. Delivery and acceptance will occur at Naval Station Norfolk, MSC Warehouse W143 (see address below). 8. The provision at FAR 52.212-1, Instructions to Offerors � Commercial applies to this acquisition and is incorporated by reference. The provision is amended as follows: 52.212-1 (ADDENDUM) INSTRUCTIONS TO OFFERORS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES a. Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1. b. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate. c. The term �offeror� or �offer� as used in FAR 52.212-1 shall be understood to mean �quoter� and �quote,� respectively. Further, the term �award� shall be understood to describe the Government�s issuance of an order. d. The Government will consider all quotes that are timely received and may consider late quotes in accordance with 52.212-1. Failure of a quote to address any items listed in the attached submission package may make a quote unacceptable. e. Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows: In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission: Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price inclusive of shipping (if any), and extended price 2. Total Firm Fixed price 3. Any Discount Terms 4. Estimated time of delivery 5. Technical Submission Requirements a. For Parts/Supply buy, the quote shall contain a description including part number and title for each item listed in the solicitation to allow the Government to verify that the quoted parts match the requirements listed in the requirements schedule. b. For a Service buy, the quote shall contain all pre-award submission/certification requirements as defined in the statement of work (SOW). 6. Indicate principal place of performance and country of product origin. 7. Responses to the solicitation are due no later than 1:00pm EST on January 24, 2025. Quotes may be e-mailed to samuel.n.queen2.civ@us.navy.mil. To be considered timely, an e-mail quote must be received in its entirety in the designated e-mail inbox by the due date and time for quote submission. Reference the solicitation number on your quote. E-mail quotes shall be in either Adobe or Microsoft Office format. No other method of submission is acceptable. Primary Point of Contact: Samuel Queen, samuel.n.queen2.civ@us.navy.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/482a32a50b5a41fd8d268220fac705b6/view)
 
Record
SN07318239-F 20250123/250121230104 (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.