SOURCES SOUGHT
81 -- 20 ft. ISO Intermodal Shipping Containers - Sources Sought
- Notice Date
- 6/27/2013
- Notice Type
- Sources Sought
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Disposition Services, Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
- ZIP Code
- 49037-3092
- Solicitation Number
- SP4510-13-Q-0020
- Archive Date
- 11/30/2013
- Point of Contact
- erin m clore, Phone: 2699615838, Randy J Powell, Phone: 269-961-7110
- E-Mail Address
-
erin.clore@dla.mil, Randy.Powell@dla.mil
(erin.clore@dla.mil, Randy.Powell@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION This notice is for information and planning purposes only and does not constitute an RFQ or commitment by the Government. The purpose of this Sources sought is to conduct market research to determine if responsible sources exist to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) code is 332999 which has a corresponding size standard of 750 employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Responses to this sources sought shall demonstrate that the respondent is regularly engaged in the manufacturing and/or sale of same or substantially similar items. Though the target audience is small business manufacturers or small businesses capable of supplying U.S. made product of another small business manufacturer or producer, all interested parties may respond. At a minimum, responses shall include the following: Business name, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address; [Provide this same information again if responding to provide a product manufactured by another firm]. Descriptive literature, brochures, marketing material, etc. detailing the nature of the items the responding firm is regularly engaged in manufacturing and/or selling. If applicable, identification of the firm's GSA Schedule contract(s) that are applicable to this potential requirement are also requested. Interested Contractors must respond with capability statements which are due in person, by postal mail or email to the point of contact listed below on or before July 5, 2013 by 14:00 hours (Eastern). HDI Federal Center DLA Disposition Services 74 Washington Ave. NE Battle Creek, MI 49037 Attn: Erin Clore Email: erin.clore@dla.mil. Fax: 269-961-4474 Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Responses to this notice will not be considered adequate responses to a solicitation. Additional Notes: If the stated requirement appears restrictive, please submit comments detailing the concern. Though this is not a request for quote, informational pricing for the instrument(s) and service plans is encouraged. SCOPE OF WORK AND TASKS: DLA Disposition Services has developed an expeditionary capability that requires deployable office/working facilities to include shelters, power generators, a power distribution system, environmental control units, demil equipment, lighting equipment, spare parts, and office furniture. The civilian expeditionary workforce (CEWs) will be expected to self-deploy in hostile, austere, remote and isolated areas to support Combatant Commands or Civil Authorities. These locations will not have any facilities or storage capability that will be dedicated to support our operation. The required 20 foot containers shall be ISO approved making them readily available for multi-model shipping/transportation. The containers need to have fixed end walls, ability to be loaded/unloaded from the sides and the capability of being configured with up to eight adjustable rack bays that accept specialized pallets that can be positioned on 6 inch increments providing maximum container cube utilization by stacking payloads using only the space required. The serving purpose is to allow for higher asset density per container thereby reducing the overall number/size of containers required thus reducing transportation costs to the government. This will allow the CEWs the flexibility to configure each container to tailor fit the expeditionary equipment and supplies needed for any unique mission. The container shall be easily reconfigured to accommodate oversized items or future mission requirements such as secure storage of Demil required or Pilferable property. The containers need also serve a second function of an instantly deployable fully functional warehouse to an austere location. This storage system shall allow the expeditionary team to load/unload first in, first out with no need to touch or off load a pallet or asset until it is needed. This would eliminate the need to unload an entire container to reach assets, which allows our personnel or customer to identify and reach target payload(s) without disturbing other cargo/stored property. Lastly, the unique racking and column design shall allow the assets to be secured to a pallet, and once the pallet is locked into place, it is placed into the racking system which keeps all of our assets safely secured during transport thus solving the lack of blocking, chocking, and bracing capability typically encountered on expeditionary missions. DLA Disposition Services has the requirement for 2 (two) deployable, 20 ft. ISO intermodal shipping containers that are designed to accept pallets that are easily and quickly adjustable within the racking system. The containers shall be delivered within thirty (30) calendar days of contract award. Containers shall be shipped to: 3582 Mustang Avenue Battle Creek Air National Guard Base Battle Creek, MI 49015 DODAAC: SC4407 NOTE: NO DELIVERIES ARE ACCEPTED ON MONDAYS Minimum Specification for Shipping Container: DLA Disposition Services is seeking Containers brand name or equal to Ban-Air 20ft HC Rackbox. In order to be determined equal, the racking shall include the following salient characteristics: 1.General Information: Minimum number of rack bays: 8. Minimum of 24 pallets provided with container. Pallets must be able to be positioned in different heights at 6in increments. Minimum number of pallet spaces per bay: 16. Must be suitable for any general cargo. Container must be designed such that cargo can also be placed at floor level secured with standard cargo securing devices (tie down straps & rings) with all vertical uprights able to be easily removed. 2. ISO corners according to ISO 1611 and ISO 688 (Top corners to be used only with spreaders). 3. Corrugated steel sides, roof and double bi-fold swing doors on both sides. 4. Doors must be capable of opening more than 90 degrees for ease of loading cargo. 5. Doors hinges must be bolted to container to facilitate repair tasks. 6. Container must include one set of forklift pockets according to ISO 1496, laden and unladen. Dimensions: Width: 358 mm; Height: 117 mm; Center to center: 2050 mm 7. At least 1.0" thick plywood floor. 8. Minimum of 24 floor recessed tie down steel lashing rings. 9. Minimum of 24 wall tie down steel lashing rings (restraint system for uprights storage). 10. Must be provided with at least two passive vents. 11. Uprights: must be delivered installed. Each upright must be easily assembled/disassembled using standard hand tools. Storage: must be possible to store rack upright in container when they are not in use. Lashing straps & hooks must be supplied and must be securely fastened to the container to ensure hardware does not get lost or damaged. 24 (twenty four) flexible cargo nettings must be provided to segregate loads between bays. 12. Rack removal and installation tools must be included. 13. Racking Pallets: Weight range: 96-100 lb. Pallets must be provided mechanical locking device to prevent movement or tipping of the pallet during transportation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMS/SP4510-13-Q-0020/listing.html)
- Record
- SN03102281-W 20130629/130628001236-2a32c2452407d55563320c0dd87d7ae8 (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 |