Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2003 FBO #0460
SOLICITATION NOTICE

81 -- Mobility Shipping Containers

Notice Date
3/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 89th CONS, 1419 Menoher Drive, Andrews AFB, MD, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
FA4416-03-T-0022
 
Response Due
3/13/2003
 
Archive Date
3/28/2003
 
Point of Contact
Betty Rodrigues, Contract Specialist, Phone 301-981-2385, Fax 301-981-1910, - Gary Branch, Contract Specialist, Phone 301-981-2315, Fax 301-981-1911,
 
E-Mail Address
betty.rodrigues@andrews.af.mil, gary.branch@Andrews.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format specified in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, offers are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12. The North American Industry Classification System is 423840. This acquisition is a 100% small business set-aside. Delivery shall be FOB Destination to the following destinations: Eglin AFB, FL (4ea); Robins AFB, GA (2ea), Hill AFB, UT (4ea); Tinker AFB, OK (2ea); Travis AFB, CA (2ea); McGuire, NJ (2ea); Grand Forks AFB, ND (2ea); McConnell AFB, KS (2ea); Fairchild AFB, WA (2ea); Pope AFB, NC (2ea); Davis-Monthan AFB, AZ (2ea); Yokota Air Base, Tokyo, Japan (4ea), Misawa Air Base, Tohoku, Japan (4ea); Kadena Air Base, Okinawa, Japan (4ea); Ramstein Air Base, Kaiserslautern, Germany (4ea); RAF Lakenheath, Brandon, Suffolk, England (2ea); and RAF Mildenhall (2ea), Suffolk, England; Elmendorf AFB, AK (2ea); and Eielson AFB AK (2ea). Included in the RFQ must show exact shipping costs to each location. Responses to this Request For Quote (RFQ) must be received no later than 13 Mar 02, 16:30hrs, Eastern Standard Time. Delivery and finance addresses will be furnished upon award. An award will be made to the lowest responsible offeror. The following provisions and clauses apply to this acquisition: 52.212-1, instruction to offerors commercial items; 52.212-2, evaluation of offers/commercial items; 52.212-3, offeror representations and certifications--commercial items; 52.212-4, contract terms and conditions-commercial items, and 52.212-5, contract terms and conditions required to implement statutes or executive orders--commercial items, and 52.211-6, Brand Name or Equal. All potential contractors must be registered on the Central Contractor Registration. The toll-free phone number for contractor registration is 800-334-3414; registration can also be completed through the following website: www.ccr.dlis.dla.mil. Registration must be done immediately upon retrieval of this synopsis in order to be considered for award. Offerors shall submit their Duns Number, Tax Identification Number, Cage Code, and business size with quotation. All other applicable clauses will be incorporated into the purchase order. All inquiries and concerns must be addressed in writing. Facsimile requests and proposals will be accepted via fax (301) 981-1911. No collect calls will be accepted. Item Description: Mobility Container for rapid deployment (Tankinetics brand or equal); Quantity: 52 each Size: (NSN: 8145-01-118-9872, Size: 84?W x 42?D x 30? H and NSN: 8145-01-118-9873, Size 84?W x 42?D x 60?H). Specifications: Tankinetics Brand or equivalent, a field-proven modular fiberglass mobility container for storage and rapid deployment of supplies and tools. Must be able to fit standard military cargo pallets (463L) used on military transport aircraft. The containers must me made of fiberglass shell that is laminated with reinforcements in the load bearing and impact areas. Container must be equipped with at least six internal shelf tracks, which provide adjustable self-mounting in one inch vertical increments. Each shelf must support at least 650 pounds of uniformly distributed weight. It must contain a flush fiberglass double-door system that is mounted on continuous hinges and has a rubber seal to provide weather protection. Doors must be secured by a recessed, heavy pattern handle to engage a cam-hook closing mechanism, which includes provisions for securing the container with a pad lock or security seal. The container base must have steel tine way enclosures for front and back forklift entry, as well as mounting plates at each corner. Containers must be designed and constructed to be stacked for storage and transportation purposes. Delivery Date: 31 Jul 2003. This request for quote does not obligate the Government to award a contract, it does not restrict the Government?s ultimate approach, nor does it obligate the Government to pay for any proposal preparation costs. Please contact TSgt Betty Rodrigues @ (301) 981-2361 or Gary Branch @ (301) 981-2315 if you have any questions.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/89CONS/FA4416-03-T-0022/listing.html)
 
Place of Performance
Address: HQ AFOSI/LG 1535 COMMAND DRIVE ANDREWS AFB, MD
Zip Code: 20762
 
Record
SN00272112-F 20030307/030305221418 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.