Florida Bids > Bid Detail

AOC Deployable Tool Storage Container

Agency: COMMERCE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 81 - Containers, Packaging, and Packing Supplies
Opps ID: NBD00159086524313512
Posted Date: Jul 6, 2023
Due Date: Jul 11, 2023
Solicitation No: NM-AN2200-23-01337
Source: https://sam.gov/opp/fba75bdf79...
Follow
AOC Deployable Tool Storage Container
Active
Contract Opportunity
Notice ID
NM-AN2200-23-01337
Related Notice
Department/Ind. Agency
COMMERCE, DEPARTMENT OF
Sub-tier
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
Office
DEPT OF COMMERCE NOAA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jul 06, 2023 03:13 pm EDT
  • Original Published Date: Jun 26, 2023 03:05 pm EDT
  • Updated Date Offers Due: Jul 11, 2023 08:00 am EDT
  • Original Date Offers Due: Jul 07, 2023 08:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jul 26, 2023
  • Original Inactive Date: Jul 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8145 - SPECIALIZED SHIPPING AND STORAGE CONTAINERS
  • NAICS Code:
    • 332999 - All Other Miscellaneous Fabricated Metal Product Manufacturing
  • Place of Performance:
    Lakeland , FL 33811
    USA
Description View Changes

Amendment 0001



This amendment is to accomplish the following



Extend the solicitation due date until July 14, 2023 at 0800



Make correction to Statement of Need and post Questions and Answers (PENDING)



All other terms and conditions remain the same.



end of amendement 0001





The National Oceanic and Atmospheric Administration (NOAA), Office of Marine and Aviation Operations/Marine Operations Center The National Oceanic and Atmospheric Administration (NOAA) Aircraft Operation Center (AOC) plays a vital role in the nation’s weather prediction and research infrastructure. During hurricane season, NOAA’s heavy aircraft operate on a 24 hour deployment alert; postured to reposition on short notice due to constantly changing weather conditions. As a result, both aircraft and aircrew are prepared to deploy to unplanned locations for an undefined length of time. Aircraft readiness while deployed has historically depended on the available maintenance facilities at the host airport. As each airport has a range of capabilities, any lack of specific aircraft tools or parts creates unnecessary delays in mission support.





(II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NM-AN2200-23-01337, NAME: AOC Deployable Tool Storage Container





(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-4.





(IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 332999. The small business size standard is 750 Employees.





(V) This specification contains requirements for



A deployable tool conex container is an ideal solution to minimizing host airport maintenance shortfalls. Pre-staging tools, servicing equipment, and mission essential aircraft parts will result in less down time and increased mission readiness. With two custom conex containers, NOAA will have the flexibility to deploy without having to carry additional spare equipment or tools on the aircraft. These conex containers can be pre-staged or air-transported to support NOAA operations and will contain all of the standard tools and equipment to perform routine scheduled maintenance as well as critical spares and consumables to perform specific unscheduled maintenance. This capability will enable maintenance to be performed in an organized and efficient manner, while also ensuring the security of our aircraft tools and equipment.





In order to increase NOAA’s mission effectiveness, the Aircraft Operations Center requires durable, transportable, and ergonomically functional tool storage containers. Each deployable conex station must be able to endure adverse weather conditions, be wired for standard U.S. electrical outlets, have an integrated climate control system, and be large enough to store standard aircraft maintenance equipment. Additional requirements include: wiring and hardware to connect generator power, a dedicated work station for maintenance personnel, ground transportation equipment, and suitable dimensions for air transportation.





Requirements



A self-contained tool and equipment storage unit that can be shipped to deployment locations on short notice.



The capability to pre-stage and access critical aircraft maintenance equipment in a single airlift movement.



Space available to store essential aircraft service parts and spares to include propellers, tires, and aircraft avionics equipment.



Access to electricity and an integrated work station.



Insulation and waterproofing to ensure tool and equipment integrity.



Rigid construction capable of withstanding severe weather conditions.



A standard tool and equipment stock to perform routine, scheduled maintenance.



Specific aircraft consumable items and parts to perform unscheduled maintenance.





Storage Container Specifications and Capabilities



Storage Container Specifications and Capabilities

20’ x 8’ x 8.5' shipping container box

Interior framing with 3” foam spray insulation and sanded ply walls

Reinforced steel door no less than 36” x 80”

Electrical wiring with standard US outlets

50 AMP service capabilities with an external power attachment point

A/C system, 9800 BTU

Heat resistant silicone roof coating

Ground anchors capable of holding over 3500 lbs.

Impact and weather resistant windows with security bars

Integrated steel cabinets/storage system (Vendor recommended, space saving but enough space for batteries and/or accessories)

Integrate flip down steel workbench

Port hole (The porthole is not the ship kind; not a window but a hole, weather tight, that we will use to run a cable for a VHF radio antenna, or wifi, or whatever else we need).

Optional Items:

Portable Air Compressor including air hoses

Portable Generator - including extension cords

Charging Station



Deliverables



(2) Deployable tool conex storage containers





(VII) Date(s) and place(s) of delivery and acceptance.





Period of Performance



Requested equipment delivered to AOC within 60 days after award of contract. or best delivery option.



Delivery address: Paul Darby, 3450 Flightline Drive, Lakeland FL 33811





1. The Request for Quote (RFQ) number;

2. The Name, Address, Telephone Number, and SAM Unique Identifier of the Offeror;

3. Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the RFQ. Quotes that reject the terms and conditions of the RFQ may be excluded from consideration;

4. Acknowledgment of Solicitation Amendments (SF-30), if any.

5. Address the ability of meeting the requirements per the Specifications with a detail material specification or data sheet, pictures of the item, and authorized OEM letter to sale or distribute their products.



6. Please provide name, address, telephone number, SAM Unique Identifier, Cage #.



8. An itemized/detail breakdown cost of the quote that will reflect the entire price under this RFQ. (That would include if applicable the following: Material Cost, Labor, Travel, Freight/Delivery, Etc.).



9.



10. Include statement specifying the extent of agreement with all terms, conditions, and provision included in the rfq. Quotes that rejects the terms and conditions of the RFQ may be excluded from consideration.



11. Please provide at least three detail jobs with references performed within the past three years that are the same or similar in scope.



12. Vendor shall provide a point of contact that includes name, telephone number, emails, contract value and a detail description of the work performed.





*** The government will award a firm fixed price contract based on best value to the government, capability, availability and price. Price will be evaluated on base cost and optional cost. ***





"THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT".





CAM 1352.215-72 Inquiries (APR 2010)



OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING TO Christopher.baker@noaa.gov or link below



https://app.smartsheetgov.com/b/form/8f2fba2d1dcf4bbca2ccd6c97a384cee





(End of clause)





(IX) FAR 52.212-2, Evaluation – Commercial Items (https://www.acquisition.gov/far/part-52), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Paragraph (a) is hereby completed as follows: Evaluation will be based on



a) Capability – (Past Performance, Details listed in quote)



b)Availability (Parts, Service Completion)



c) Price (Base Price and Optional Price- Labor Hours, markup fees)





The Government intends to award a best value trade-off, firm fixed-price purchase order on an all or none basis with payment terms of Net 30.



(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).



(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



(End of provision)



PROVISIONS:



DEPARTMENT OF COMMERCE CLAUSES - FOR FULL TEXT OF A COMMERCE ACQUISITION REGULATION, CLAUSE OR PROVISION YOU MAY GO TO THE FOLLOWING WEBSITE,



https://www.ecfr.gov/cgi-bin/text-idx?SID=bf6e18a9476188ddcae1efa1cc9fcabd&mc=true&tpl=/ecfrbrowse/Title48/48cfr1352_main_02.tpl





CAR 1352.201-70, CONTRACTING OFFICER'S AUTHORITY (APRIL 2010)



CAR 1352.209-73, COMPLIANCE WITH THE LAWS (APRIL 2010)



CAR 1352.209-74, ORGANIZATIONAL CONFLICT OF INTEREST (APRIL 2010)





1352.233-70 Agency Protests (insert current date)



(a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999)



(b) Agency protests filed with the Contracting Officer shall be sent to the following address: Christopher Baker, 439 w York Street, Norfolk, VA 23510. Christopher.baker@noaa.gov



(c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: National Oceanic and Atmospheric Administration



601 East 12th Street



Kansas City, Missouri 64101



Bradley.willis@noaa.gov



(d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority.



(e) Service upon the Contract Law Division shall be made as follows:



U.S. Department of Commerce



Office of the General Counsel



Chief, Contract Law Division



Room 5893



Herbert C. Hoover Building



14th Street and Constitution Avenue, N.W.



Washington, D.C. 20230.



FAX: (202) 482-5858



(End of clause)





1352.233-71 GAO and Court of Federal Claims protests (https://www.acquisition.gov/car/part-1352-solicitation-provisions-and-contract-clauses)





(a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed.



(b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims.



(c) Service upon the Contract Law Division shall be made as follows:





U.S. Department of Commerce



Office of the General Counsel



Chief, Contract Law Division



Room 5893



Herbert C. Hoover Building



14th Street and Constitution Avenue, N.W.



Washington, D.C. 20230.



FAX: (202) 482-5858





(End of clause)





(XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply.





Offers shall submit quotes electronically no later than 0800 hrs EST, July 7, 2023. Purchase Order will be issued after evaluation of quotes and made to the vendor whose quote is best value to the Government with regards to



a) Capability – (Past Performance, Details listed in quote)



b)Availability (Parts, Service Completion)



c) Price (Base Price and Optional Price- Labor Hours, markup fees)


Attachments/Links
Attachments
Document File Size Access Updated Date
SOW_Deployable Tool Connex.pdf (opens in new window)
314 KB
Public
Jul 06, 2023
SOW_Deployable Tool Connex.pdf (Deleted)
96 KB
Public
Jul 06, 2023
088 Solicitation CSUITE Clauses.pdf (opens in new window)
117 KB
Public
Jun 26, 2023
file uploads

Links
Display Name Updated Date
Quotes / Questions (opens in new window) Jun 26, 2023
Contact Information View Changes
Contracting Office Address
  • OMAO FIELD DELEGATES 601 EAST 12TH STREET SUITE 1746
  • KANSAS CITY , MO 64106
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >