Florida Bids > Bid Detail

Shipping Containers

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 81 - Containers, Packaging, and Packing Supplies
Opps ID: NBD00159680729725310
Posted Date: Aug 7, 2023
Due Date: Aug 9, 2023
Solicitation No: N6660423Q0734
Source: https://sam.gov/opp/899b006d51...
Follow
Shipping Containers
Active
Contract Opportunity
Notice ID
N6660423Q0734
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NUWC DIV NEWPORT
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: Aug 07, 2023 10:42 am EDT
  • Original Published Date: Aug 02, 2023 03:23 pm EDT
  • Updated Date Offers Due: Aug 09, 2023 02:00 pm EDT
  • Original Date Offers Due: Aug 07, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 24, 2023
  • Original Inactive Date: Aug 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:
    • 332439 - Other Metal Container Manufacturing
  • Place of Performance:
    FL
    USA
Description View Changes

Amendment 0001 - Amended to answer questions received and to extend the closing date and time to Wednesday, August 09, 2023 at 1400 EDT.



Q1: Does the AUTEC Space Force Base have offloading capabilities (i.e. fork lift or crane) to offload the 40’ refrigerated containers being solicited?



A1: The Government will provide offloading capabilities (specific method at the Government’s discretion) to offload the 40’ refrigerated containers. The Government will require a minimum of 7 business days advance notice of the delivery in order to arrange for offloading.



Q2: When do you need to have all the items delivered at AUTEC Space Force Base?



A2: See RFQ.



Q3: Can you please clarify this- "• Includes a 50 fifth wheel kingpin mounted on the chassis in accordance with ISO 337 and 1726 standards- " Did you mean to say fifth? I've never heard of a 50 fifth wheel kingpin.



A3: The nomenclature listed on ISO 337 refers to “50 fifth wheel kingpin” vice a “90 fifth wheel kingpin”. If the fifth wheel kingpin meets the specifications listed on ISO 337 it will be technically acceptable.



Q4: For the Chassis, Do you mind if they are 20/40 ft chassis- meaning they can expand to hold a 40ft container and can shrink to hold a 20 ft container, or do you want just a 20 ft chassis.



A4: No. If the chassis meets the minimum specifications required it will be technically acceptable even if it has additional features



Q5: Do the 20 ft shipping containers all need to be the same color?



A5: No.



Q6: For the reefers, do you want a 40 ft standard reefer- 8x40x8.6 high or do you want a 40ft High cube reefer- 8x40x9.6 High?



A6: Either are technically acceptable if they meet the minimum required specifications identified in the RFQ.



Q7: Does the year of manufacturing on the reefer matter to you? Or do you just need them to be a new One trip?



A7: As identified in the RFQ, no year of manyfacture is specified but all parts shall be in brand new condition which means meaning in its original, and unused state, with no signs of wear, tear, or damage including rust, dents, mold, wood rot, floor damage, doors that do not open and close freely or damage to sides or corners.





PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED.



This is a combined synopsis and solicitation for commercial products prepared in accordance with format in FAR Subpart 12.6 – Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and quotes are being requested. A written solicitation will not be issued. In accordance with FAR 5.203(a)(2) this solicitation will be posted for less than fifteen (15) days.



Request for Quotation (RFQ) number is N66604-23-Q-0734. This requirement is being solicited on a 100% small business set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 332439 - Other Metal Container Manufacturing. The Small Business Size Standard is 600 employees. PSC is 8145 - Specialized Shipping and Storage Containers.



The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a firm fixed price (FFP) purchase order for the following:





CLIN 0001 Twenty (20) Foot Equivalent Unit (TEU) Dry Sea Containers Qty. 30 (thirty)




  • Brand new condition, one-trip maximum

  • Painted for corrosion resistance in a continuous salt air environment

  • Double doors on one end

  • In Accordance With applicable ISO 688, 6346, and 1496 Standards

  • Suitable for ocean transportation wind and water tight





CLIN 0002 Chassis suitable for securing TEU Dry Sea Containers Qty. 30 (thirty)




  • Brand new, one-trip maximum




  • Includes a 50 fifth wheel kingpin mounted on the chassis in accordance with ISO 337 and 1726 standards

  • Painted for corrosion resistance in a continuous salt air environment

  • Must fit twenty (20) Foot Equivalent Unit (TEU) Dry Sea Containers referenced in CLIN 0001

  • In Accordance With applicable ISO 688, 6346, 1728, and 1496 Standards





CLIN 0003 Forty (40) Foot Refrigeration Containers Qty. 3 (three)




  • Brand new, one-trip maximum

  • Double doors on one end

  • Suitable for operation in a continuous salt air environment

  • Suitable for ocean transportation wind and water tight

  • Capable of maintaining temperatures of -10F to +45F

  • Compatible with 460/480 volts, 30 amps, 50/60 htz source power

  • Shall have strip curtains at entrance

  • In Accordance With applicable ISO 688, 6346, and 1496 Standards







Delivery: FOB Destination AUTEC Space Force Base, Port Canaveral Florida 10 weeks ADC







The Government intends to award a single FFP Purchase Order to the eligible and responsible offeror on a Lowest Price Technically Acceptable basis. In order to be determined technically acceptable offerors must:



1. Quote exact specifications and quantities listed above



2. Build shipping into the unit cost. Do not include a separate line for shipping.



3. The Government will consider Past Performance information in accordance with DFARS provision 252.213-7000, whereby negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable



4. In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government’s unit acquisition cost is $5,000.00 or more. In this case payment will be made via Wide Area Workflow (WAWF).



6. This solicitation requires active registration with the System for Award Management (SAM) at time of quote submission, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.



7. Quotes should include price and delivery terms and the following additional information: point of contact information (including phone number and email address), CAGE code and SAM UEI. Quotes should include a validity date of no less than 60 days from due date for receipt of offers.



8. Payment will be made by WAWF.





9. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.





10. Offerors shall include price, payment terms, delivery terms, and the following additional information with submissions: Offeror Point of Contact (including phone number and email address); Offeror CAGE Code; and Offeror SAM UEI. Quotes should include a validity date of no less than 60 days from due date for receipt of offers.







Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular (FAC). Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far.



Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC).



The following provisions and clauses apply to this solicitation:



52.203-12 Limitation on Payments to Influence Certain Federal Transactions JUN 2020



52.204-7 System for Award Management OCT 2018



52.204-8 Annual Representations and Certifications DEC 2022



52.204-13 System for Award Management Maintenance OCT 2018



52.204-16 Commercial and Government Entity Code Reporting AUG 2020



52.204-17 Ownership or Control of Offeror AUG 2020



52.204-18 Commercial and Government Entity Code Maintenance AUG 2020



52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021)



52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (Nov 2021).



52.204-25 Prohibition on Contracting for Certain Telecommunication and Video Surveillance Services or Equipment (Nov 2021)



52.204-26 Covered Telecommunications Equipment or Services—Representation (Oct 2020)



52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation (Nov 2015)



52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)



52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016)



52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services DEC 2022



52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services JUN 2023



52.222-50 Combating Trafficking in Persons (NOV 2021)



52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)



52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)



52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021)



52.232-1 Payments (Apr 1984)



52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)



52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)





In addition, the following Defense Federal Acquisition Regulations Supplement (DFARS) clauses and provisions apply to this order:





252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011



252.203-7002 Requirement to Inform Employees of Whistleblower Rights DEC 2022



252.203-7005 Representation Relating to Compensation of Former DoD Officials SEP 2022



252.204-7003 Control of Government Personnel Work Product APR 1992



252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support JAN 2023



252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation MAY 2021



252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2023



252.204-7024 Notice on the use of the Supplier Performance Risk System MAR 2023



252.211-7003 Item Unique Identification and Valuation JAN 2023



252.211-7008 Use of Government-Assigned Serial Numbers SEP 2010



252.215-7007 Notice of Intent to Resolicit MAR 2022



252.215-7008 Only One Offer DEC 2022



252.225-7012 Preference for Certain Domestic Commodities APR 2022



252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018



252.232-7006 Wide Area WorkFlow Payment Instructions JAN 2023



252.232-7010 Levies on Contract Payments DEC 2006



252.243-7002 Requests for Equitable Adjustment DEC 2022



252.244-7000 Subcontracts for Commercial Products and Commercial Services



252.247-7023 Transportation of Supplies by Sea--Basic JAN 2023





Quotes shall be submitted electronically via email to Michelle Weigert at michelle.e.weigert.civ@us.navy.mil and must be received on or before Monday, August 7, 2023 at 2:00PM EDT. Quotes received after this date and time are late and may not be considered for award. For questions pertaining to this acquisition, please contact Michelle Weigert at michelle.e.weigert.civ@us.navy.mil.




Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information View Changes
Contracting Office Address
  • 1176 HOWELL ST
  • NEWPORT , RI 02841-1703
  • 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 >