SOLICITATION NOTICE
W -- Lease and Transportation of Containers
- Notice Date
- 11/24/2006
- Notice Type
- Solicitation Notice
- NAICS
- 484110
— General Freight Trucking, Local
- Contracting Office
- USPFO for Hawaii, 4208 Diamond Head Road, Honolulu, HI 96816-4495
- ZIP Code
- 96816-4495
- Solicitation Number
- W90E9363062001
- Response Due
- 11/30/2006
- Archive Date
- 1/29/2007
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for lease of seventeen 20-foot containers and the transportation of these containers along with five government furnished Tricon containers for the Hawaii Army National Guard. The containers will be filled wi th items required to conduct training in the Balikatan Exercise in the Philippines. This solicitation is prepared in accordance with the Simplified Acquisition Procedures in FAR 13 and the format in FAR Subpart 12.6, as supplemented with additional inform ation included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotations under W90E9363062001. This RFQ and inco rporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13, 28 September 2006. It is the contractor's responsibility to be familiar with applicable clauses and provisions. The Government intends to issue a Firm-Fixed Price contract for the following items: CLIN 0001 Anticipated Period of Performance, 8 December 06 to 30 May 07. Contractor is to provide fifteen 20-foot containers at the Wahiawa Armory NLT 8 December 06. Along with delivering these containers, the contractor is responsible for offloading the containers at this site. The government will fill these containers. On 10 December 2006, the contractor will upload the containers from this location and take them thru the inspection process for shipment overseas. The anticipated pick up of containers from the Pearl Harbor docks and return to the Wahiawa Armory is 18 May 07. O/a 30 May 07, the contractor will pick up the emptied containers. CLIN 0002 On 10 December 2006, along with the contractor uploading the containers in CLIN 0001, the contractor will also upload and transport two Tricon containers from the Wahiawa Armory and take them thru the inspection process for shipment overseas. Th e anticipated pick up of containers from the Pearl Harbor docks and return to the Wahiawa Armory is 18 May 07. CLIN 0003 Anticipated Period of Performance, 8 December 06 to 30 May 07. Contractor is to provide two 20-foot containers at Fort Shafter Flats NLT 8 December 06. Along with delivering these containers, the contractor is responsible for offloading the con tainers at this site. The government will fill these containers. On 10 December 2006, the contractor will upload the containers from this location and take them thru the inspection process for shipment overseas. The anticipated pick up of containers fro m the Pearl Harbor docks and return to Fort Shafter Flats is 18 May 07. O/a 30 May 07, the contractor will pick up the emptied containers. CLIN 0004 On 10 December 2006, along with the contractor uploading the containers in CLIN 0003, the contractor will also upload and transport five Tricon containers from Fort Shafter Flats and take them thru the inspection process for shipment overseas. T he anticipated pick up of containers from the Pearl Harbor docks and return to Fort Shafter Flats is 18 May 07. OPTION CLINS CLIN 0005 This option line item is for credit to the government should the lease term be shortened. The offeror is to quote a daily credit rate for each 20-foot container. CLIN 0006 This option line item is for credit to the government should the lease term be lengthened. The offeror is to quote a daily rate for any additional lease days needed for each 20-foot container. GOVERNMENT FURNISHED ITEMS. One of the Tricons at the Wahiawa Armory will contain HAZMAT and have the required documentation. The Government will provide the required wood blocking and bracing for the inside of the containers. A typical Tricon (USAU, IS U-90-EO) measures about 9 ft x 7.5 ft x 7.5 ft. CONTRACTOR FURNISHED ITEMS AND SERVICES. The 20-foot storage container requirements are as follows: CSC certified portable storage container and shall include corner casting, which meet ISO standards. The contractor is responsible for offloading the containers at the drop off sites and uploading the containers at the pick up sites (e.g., providing materiel handling equipment if needed). The delivery requirements on 1 0 December 2006 of the 20-foot and the Tricon containers are to go from the Wahiawa Armory and Fort Shafter Flats to Lyman scales, Wheeler Gulch (AHA) operations, and on to Pearl Harbor. The Wahiawa Armory address is 230 Kamehameha Highway, Wahiawa, HI 96786 and the Fort Shafter Flats address is 1551 Pass Street, Fort Shafter Flats, HI, 96819. Containers are to be picked up at 0800 at the two locations. Estimated completion time on 10 December 2006 is 1800. The full text of provisions and clauses incorporated herein can be accessed electronically at the following site: http://farsite.hill.af.mil. The following provisions and clauses are applicable: 52.212-1 Instructions to Offerors-Commercial (no addenda); 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items (no addenda ); 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items with the following applicable clauses in paragraph (b): 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal O pportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13 Restriction on Certain Foreign Purchases; FAR 52.232-18, Availability of Funds; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; and 52.217-6 Option To Extend Servi ces (the Contracting Officer may exercise the option by written notice to the Contractor within 5 days prior to expiration of the contract) apply to this acquisition. DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes o r Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following clauses in paragraph (b): 252.232-7003 Electronic Submission of Payment Requests and 252.247-7023 Transportation of Supplies by Sea, Alternate III. ACA A I clause 5152.233-9000 ACA Executive Level Agency Protest Program. In accordance with FAR 39.106, the contractor shall ensure the offered products and all information technology (IT) contained therein shall be Year 2000 Compliant. Central Contractor Regi stration is required of all Department of Defense contractors. CCR registration enables electronic funds transfer of contract payments. If your company is not already registered, please register in the CCR database at www.ccr.gov. Whether your company i s a current or new registrant in the CCR database, your registration must indicate that you are a provider of NAICS 484110 under the Goods Services section of the registration to be eligible to receive a contract for this solicitation. A DUNS number is re quired for CCR registration. If your company does not have a DUNS#, obtain one by calling 800-333-0505. If the prospective awardee for this request for quotes is not registered in the CCR database by the RFQ due date, including NAICS 484110 in the Goods Services section, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with req uired registration in the Central Contractor Registration (CCR) database. Specifically, 52.212-3 Alt I shall be completed electronically at http://orca.bpn.gov by the solicitation due date to be eligible to receive an award for this solicitation. BASIS OF AWARD. Funds are not presently available for this procurement but is anticipated to be available on the day quotes are due. The award for this acquisition is subject to availability of funds. IAW FAR 52.212-1(h), the Government reserves the right to make multiple awards. This award decision will be bas ed on best value where the initial delivery of the 20-foot containers is approximately equal to price. The delivery evaluation factors are defined by the following ratings: Delivery on 8 Dec 06 will have a rating of Meets; delivery 6-7 Dec 06 will have a rating of Better; and delivery 4-5 Dec 06 will have a rating of Best. Due to the possibility of multiple awards, offers shall provide delivery dates for CLINs 0001 and 0003. PARTIES INTERESTED IN RESPONDING TO RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and must include the following information: Solicitation number; offerors complete mailing and remittance ad dresses; discount terms; unit price and extended total price; DUNS number; and taxpayer identification number. Responses/Offers are due by 1:00 PM Hawaii Standard (Local) Time on 30 November 2006. Questions and quotes must be submitted via fax to 808-682-6005 or e-mail to tom.madeira@us.army.mil and manuel.llanes@us.army.mil (subject: W90E9363062001). For informat ion regarding this solicitation contact Tom Madeira at (808) 682-5668/tom.madeira@us.army.mil or Manuel Llanes at (808) 682-5723/manuel.llanes@us.army.mil
- Place of Performance
- Address: Hawaii Army National Guard 230 Kamehameha Hwy Wahiawa HI
- Zip Code: 96786
- Country: US
- Zip Code: 96786
- Record
- SN01186298-W 20061126/061124230348 (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 |