Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 04, 2019 FBO #6341
SOLICITATION NOTICE

W -- NHT Portable Storage Container

Notice Date
4/2/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12211 Science Drive Orlando, FL
 
ZIP Code
32826
 
Solicitation Number
N6134019Q0011
 
Response Due
4/5/2019
 
Archive Date
4/6/2019
 
Point of Contact
Michael Lothrop 4073808181 Andrea Gordon-Eubanks 4073804389
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Simplified Acquisition Procedures in FAR 13 and the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written combine/solicitation will not be issued. This solicitation reference # N6134019Q0011 is issued as a request for quotation (RFQ) and incorporates the provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005- 103. This is a full and open competition procurement. The North American Industry Classification System (NAICS) Code for this requirement is 484210. Naval Air Warfare Center Training Systems Division (NAWCTSD) in Orlando, Florida intends to issue a Firm Fixed Price (FFP) purchase order on a competitive acquisition. Interested sources are encouraged to submit a quote. All information shall be furnished at no cost or obligation to the Government. Below is a description of the requirement The Government requires the temporary use of one (1) portable storage container in support of the Normobaric Hypoxia Trainer (NHT) installation team. The storage container will be moved between six Aviation Survival Training Centers (ASTC) located aboard Naval and Marine Corp facilities across the country. The portable storage container must have a minimum interior length of 11 feet, a minimum interior width of 6 feet and a minimum interior height of 7 feet. The container must be capable of being locked and must be constructed such that it may be stored outside. 1. The portable storage container shall be initially delivered to ASTC Jacksonville on or about 4/8/19. 2. Three days after delivery it will be ready for pickup and transport to ASTC Lemoore. The container must arrive at ASTC Lemoore by 4/22/19. 3. Upon completion of work at ASTC Lemoore the Government will alert the vendor that the container is ready for pickup. The container will then be delivered to ASTC Miramar. 4. Upon completion of work at ASTC Miramar the Government will alert the vendor that the container is ready for pickup. The container will then be delivered to ASTC Pensacola. 5. Upon completion of work at ASTC Pensacola the Government will alert the vendor that the container is ready for pickup. The container will then be delivered to ASTC Norfolk. 6. Upon completion of work at ASTC Norfolk the Government will alert the vendor that the container is ready for pickup. The container will then be delivered to ASTC Patuxent River. 7. Upon completion of work at ASTC Patuxent River the Government will alert the vendor that the container is no longer needed and ready for final pickup. 8. The portable storage container may be required to remain at any site other than the first for up to 60 days. 1) Places of delivery, acceptance and F.O.B. destination point: ASTC Jacksonville Bldg 928, Saratoga Ave Jacksonville, FL 32212-0088 ASTC Lemoore 961 Franklin Ave Lemoore, CA 93245 ASTC Miramar 45486 Boyington Road, Bldg 8473 San Diego, CA 92145 ASTC Pensacola 118 Abb St, Bldg 3845 Pensacola, FL 32508-1091 ASTC Norfolk 459 Bellinger Blvd Norfolk, VA 23511 ASTC Patuxent River 22025 Fortin Circle, Bldg 2165 NAS Patuxent River, MD 20670 3) Basis of Award: The Government will award a contract resulting from this solicitation to the responsible offeror based on the lowest priced technically accepted (LPTA). For the purposes of this evaluation; technically acceptability is defined as: (1) Meeting all technical requirements described in the specifications/Statement of Work; (2) Vendor must be registered in SAM with the correct NAICS code, at time of proposal receipt of quotation. Note: The government reserves the right to request additional information as it deems necessary. Such request shall be considered clarification. See attachment for further details. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134019Q0011/listing.html)
 
Place of Performance
Address: 12211 Science Dr, Orlando, Fl
Zip Code: 32826
Country: US
 
Record
SN05268502-F 20190404/190402230057 (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 |
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.