Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 04, 2020 SAM #6854
SOLICITATION NOTICE

81 -- Refurbished 20' Shipping Containers (CONEX)

Notice Date
9/2/2020 12:37:55 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
W7N3 USPFO ACTIVITY UT ARNG DRAPER UT 84020-2000 USA
 
ZIP Code
84020-2000
 
Solicitation Number
W911YP20R0039
 
Response Due
9/16/2020 7:00:00 AM
 
Archive Date
10/01/2020
 
Point of Contact
John B. Merlette, Phone: 8014324145
 
E-Mail Address
john.b.merlette.civ@mail.mil
(john.b.merlette.civ@mail.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation is issued as a request for proposal (RFP). This acquisition is utilizing NAICS 332439 Other Metal Container Manufacturing with the small business size standard of 500 employees. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. The Utah National Guard has a requirement to procure refurbished 20� shipping containers for the Utah National Guard 97th Troop Command Region 8 HRF located at BLDG 1230 Army Garrison Camp Williams located at 17800 S Camp Williams Road Bluffdale, Utah 84065. Details on the requirement are to follow. Request for Quote (RFQ) for refurbished shipping containers. Interested offerors are required to submit a price quotation on the item that conforms to the salient characterisitcs/specifications provided. Offeror is to include all freight costs if applicable and to specify the delivery schedule on quote to include lead times. Evaluation - This RFQ is subject to availability of funds per FAR 52.232-18. Award will be made on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria for items conforming to the minimum requirements and specifications of the item listed. Offers that exceed funds availability or do not meet minimum item requirements and specifications of the items listed will not be considered for award. The offer must be registered in System for Award Management (SAM) to be eligible for award. Set Aside - Any award resulting from this solicitation will be made using a cascading set-aside order of precedence as follows. This solicitation is being solicited under NAICS 332439 Other Metal Container Manufacturing with the small business size standard of 500 employees. 1) In accordance with FAR Subpart 19.502-2 Total Small Business Set-Asides Procedures, any award under this solicitation will be made on a competitive basis to a small business concern. 2) If there is inadequate competition for award to a small business concern, award will be made on the basis of full and open competition considering all offers submitted by responsible business concerns. Refurbished Shipping Containers Requirements: a.��� Items and Specifications. Item 0001: QTY: 14 EA Refurbished 20� Shipping Containers (Conex)�������������������������������������������������������������������������������������������������������� Salient characteristics / specifications: 20' in length 8' Wide 8'6"" Height Color: Varied, not specified Tare Weight 5,030 approx Max Gross Weight 67,200 approx Volume 1,360 Cu. Ft. Sq. Ft. 160 Item 0002: Freight Cost (If Applicable) QTY: 01 JB ____________________________________________________________________________ All Quotations are due by 10AM EST on 16 SEP 2020. If there are any questions regarding this solicitation please email to john.b.merlette.civ@mail.mil. Please submit quotation by email only. The Government anticipates making award without discussions if funding becomes available. Therefore, offers should submit their best and final offer to include alternate proposals.� The Government reserves the right to make an award solely on initial proposals received when funding becomes available. Offers bear the burden of ensuring that proposals (and any authorized amendments and samples) reach the designated office on time and should allow a reasonable time for facsimile and e-mail transmissions to be completed. All pages of the proposal must reach the office before the deadline specified in this solicitation. The vendor bears the risk of non-receipt of electronically transmitted proposals and should confirm receipt. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation (DFAR) provisions and clauses are applicable to this solicitation: FAR 52.202-1 - Definitions FAR 52.203-3 - Gratuities FAR 52.203-6 ��Restrictions on Subcontractor Sales to the Government FAR 52.204-24 � Representations Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25 � Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26 � Covered Telecommunications Equipment or Services-Representation FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 - Instructions to Offerors FAR 52.212-3 - Offeror Representations and Certifications-Commercial Items FAR 52.212-4 - Terms and Conditions - Commercial FAR 52.212-5 Statutes/Exec Orders FAR 52.219-1 Small Business Program Representation FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-14 - Limitations on Subcontracting FAR 52.219-28 - Post-award Small Business Program Representations FAR 52.222-3 - Convict Labor FAR 52.222-21 - Prohibit Segregated Facilities FAR 52.222-26 - Equal Opportunity FAR 52.222-36 - Affirmative Action for Workers With Disabilities FAR 52.222-50 - Combating trafficking in Persons FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.243-1���� Changes-Fixed Price FAR 52.252-1 - Provisions Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-6 - Authorized Deviation in Clauses DFARS 252.203-7000 - Requirement Relating to Compensation of Former DoD Officials DFARS 252.212-7000 - Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.225-7001 - Buy America Act and Balance of Payments Program DFARS 252.232-7003 - Electronic Submission of Payment Requests DFARS 252.232-7010 - Levies on Contract Payments FAR 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at https://www.acquisition.gov/browse/index/far .
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e5dc432f112a4621aec9a5aed2f78cc7/view)
 
Place of Performance
Address: Riverton, UT 84065, USA
Zip Code: 84065
Country: USA
 
Record
SN05785034-F 20200904/200902230146 (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.