Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 30, 2021 SAM #7120
SOLICITATION NOTICE

81 -- 20'X8�X8'6""SEA/LANDCARGOCONTAINER

Notice Date
5/28/2021 8:03:28 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
 
ZIP Code
19111-5096
 
Solicitation Number
SPE8ED21R0006
 
Response Due
6/10/2021 12:00:00 PM
 
Archive Date
06/25/2021
 
Point of Contact
Nazlah Nash-Mitchell, Phone: 2157379029, Anna Lake, Phone: 2157377756
 
E-Mail Address
Nazlah.nash-mitchell@dla.mil, Anna.lake@dla.mil
(Nazlah.nash-mitchell@dla.mil, Anna.lake@dla.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation SPE8ED-21-R-0006 has been issued as a commercial Request for Proposal (RFP) in accordance with FAR part 12 and can be found on DIBBS using the following link: https://www.dibbs.bsm.dla.mil/Rfp/RfpRec.aspx? sn=SPE8ED21R0006 This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05 dated 10 March 2021. This solicitation is issued under the procedures of Parts 12 and 15 of the Federal Acquisition Regulations (""FAR"") for the anticipated procurement of �1,266 quantity, ISO 20'x8'x8'6"" ��Sea/Land Cargo Containers (NSN 8150-01- 463-8553) with the following characteristics: �20'X8�X8'6"" SEA/LAND CARGO CONTAINER, 14 GAUGE CORRUGATED STEEL SIDES, 14 GAUGE STEEL ROOF, 14 GAUGE LOCKING STEEL DOUBLE END SWING DOORS, ANCHORS AND LASHING RINGS, 7 GAUGE STEEL END FRAMES, 1 1/8"" THICK MARINE WOOD FLOORS, FORKLIFT TESTED TO 16,000 LBS PER 44 SQUARE INCHES, FORKLIFT POCKETS; NEW OR ONE TIME USED. CONTAINERS ARE NOT TO EXCEED ONE YEAR FROM THE DATE OF MANUFACTURE. CONTAINERS MUST COMPLY I/A/W WITH THE LATEST ISO STANDARDS: ISO 668 ISO 1161 ISO 1496-1 ISO 1496-2 ISO 1496-3 ISO 1496-4 ISO 1496-5 ISO 6346 ISO 830 VENTS 2 EACH. �COLOR: Camo-Light-Green #34089 MUST BE CERTIFIABLE TO INTERNATIONAL CONVENTION FOR SAFE CONTAINERS (CSC) AND INTERNATIONAL MARITIME DANGEROUS GOODS (IMDG) STANDARDS. COPIES OF ISO STANDARDS ARE AVAILABLE FROM THE AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI). USE URL WWW.ANSI.ORG COPY OF INTERNATIONAL CONVENTION FOR SAFE CONTAINERS (CSC) IS AVAILABLEFROM URL WWW.IMO.ORG IAW BASIC DRAWING NR 14153 RE-014638553 REVISION NR DTD 8/18/2015 Lot 1 includes Japan. Lot 2 includes Pennsylvania, Indiana, and Kentucky. Lot 3 includes Oklahoma, Kansas and Colorado. These requirements must be delivered, F.O.B. destination, to seven (7) locations, ��divided into three (3) Lots by geographic region. Lot 1 includes contract line item number, CLIN 5, for OCONUS delivery to Japan. Lot 2 includes CLINs 1, 6 and 7, for CONUS delivery within the Eastern United States. Lot 3 includes CLINs 2, 3, and 4, for CONUS delivery within the Central Region of the United States. � The requirements of Lots 1, 2, and 3 must all be delivered within 220 days after contract award. This delivery timeframe is a firm requirement for all lots and CLINs. Any proposals offering delivery in excess of 220 days after contract award for any CLIN(s) will be rejected as technically unacceptable for award on any lot(s) containing that CLIN(s). The Government intends to issue up to three firm-fixed price, definite delivery contracts in response to this solicitation, which is being issued on an unrestricted basis. Award decisions will be made on a lot by lot basis. Lot 1 will be awarded before Lot 2, and Lot 2 will be awarded before Lot 3. �Offerors may submit offers on one or more Lots in their proposals. However, in no event will an offeror receive award for any lot that would result in a quantity exceeding its capacity to deliver the full requirements of that lot, as well as any other lots awarded, within 220 days after award. All proposals must clearly state the offerors' maximum production capacity (by number of complete containers) for delivery within 220 days after award. In their proposals for Lot 1, offerors shall state whether they are able to deliver the entirety of the lot within 220 days after award. Offerors who lack the production capacity to deliver the entire lot will be deemed technically unacceptable for award on Lot 1.� In their proposals for Lot 2, offerors shall state whether they will be able to deliver the entirety of Lot 2 within 220 days after award, and whether they are able to do so if they are also awarded Lot 1. An offeror will be deemed technically unacceptable for award on Lot 2 if it lacks the production capacity to deliver the entire lot, or if it has been awarded Lot 1 and lacks the production capacity to deliver both lots within 220 days after award. In their proposals for Lot 3, offerors shall state whether they will be able to deliver the entirety of Lot 3 within 220 days after award, and whether they are able to do so if they are also awarded Lot 1, Lot 2, or both. An offeror will be deemed technically unacceptable for award on Lot 3 if it lacks the production capacity to deliver the entire lot, or if it has been awarded Lot 1, 2, or both and lacks the production capacity to deliver Lot 3, as well as any other lots awarded, within 220 days after award. � � Proposals will be evaluated by lot, according to Lowest Price Only method of source selection, as set forth in the clause at FAR 52.212-2, Evaluation - Commercial Items. The Government intends to make award to the responsible offeror(s) whose proposal meets all terms and conditions of the solicitation, and who submits the lowest price determined fair and reasonable for each lot, within the limits of its production capacity and within the required delivery. � Offers will be evaluated on an all or none basis for each lot, which means that pricing must be provided for all CLINs within a particular lot to be considered for award on that lot. Offers that fail to provide pricing for one or more CLINs within a particular lot will be rejected as technically unacceptable for award on that lot. An offeror's total evaluated price for each lot will consist of the aggregate, extended price for all CLINs within that lot, calculated by multiplying the proposed unit price for each CLIN by the total quantity required for that CLIN, and then taking the sum of the resulting extended prices. Pricing discounts conditioned on receiving award for more than one lot will not be considered in evaluating offers. � Prices will be evaluated for price reasonableness utilizing accepted price analysis methods, including an analysis to determine whether prices are unbalanced. The Government may use a comparison of offers to each other, comparison with market research, and/or comparison with prior procurements in conducting its analysis. If discussions are conducted, offerors may be required to substantiate the prices offered by providing ""data other than certified cost or pricing data,"" such as cost break-downs, invoices, quotes, or other verifiable documentation from the manufacturer or supplier of the items. � The Government intends to evaluate proposals and make award without discussions with the offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. See also FAR 52.212-1(g). � Offerors are advised that the Trade Agreements Act (""TAA"") restrictions apply to the resulting contracts, as set forth more specifically in the clause at Defense Federal Acquisition Regulation Supplement (""DFARS"") 252.225-7021. Contractors must be aware of and comply with the TAA restrictions throughout the period of contract performance. Any deviations from the requirements of the TAA restrictions without prior written approval from the Contracting Officer will be considered a material defect, material non-conformance, and breach of contract, for which the Government may exercise any and all available remedies, including those set forth at FAR 52.212-4(a), at the discretion of the Contracting Officer. � Consistent with the TAA requirements, Offerors must provide the country of origin and location of manufacture of the final end items for each CLIN in their proposals. Proposals offering end items that are not compliant with the requirements of the TAA may be rejected as technically unacceptable for award. � The following is the list of delivery locations with quantity, divided into three Lots by geographic region. LOT 1 (OCONUS) CLIN����������� Total Quantity������������Ship-to Location 5���������������������������� 10��������������������������������� CAMP ZAMA, JP Total 10 qty � LOT 2 (CONUS) CLIN������������Total Quantity������������Ship-to Location 1��������������������������� 194��������������������������������LETTERKENNY MUNITIONS CENTER (LEMC), PA 6����������������������������196������������������������������ �CRANE ARMY AMMUNITION ACTIVITY (CAAA), IN 7��������������������������� 196�������������������������������� BLUE GRASS ARMY DEPOT (BGAD), KY Total 586 qty LOT 3 (CONUS) CLIN��������� Total Quantity������������ Ship-to Location 2���������������� �194���������������� ���������������MCALESTER ARMY AMMUNITION��������������������������������� �����������������������PLANT (MCAAP), OK 3����������������� 450���������������������������������FORT RILEY, KS 4����������������� 26�����������������������������������FORT CARSON, CO Total 670 qty � TOTAL QTY OF ALL LOTS COMBINED 1,266 qty This Solicitation closes June 10, 2021 at 3:00pm EST. In light �of the COVID-19 pandemic, ALL proposals are to be submitted via email only. All interested parties should request a �delivery receipt� when emailing their proposal. ���Please send the email to all of the following recipients: Nazlah.nash-mitchell@dla.mil Anna.Lake@dla.mil Robert.Bailey@dla.mil PROPOSALS WILL NOT BE ACCEPTED VIA HAND-CARRIED DELIVERY, MAIL, OR FAX. Email is the only acceptable means of delivery of proposals for this procurement.� Emailed proposals must be received by the scheduled closing date and time to be considered for award. For information regarding this solicitation please contact the following: Nazlah Nash-Mitchell - Nazlah.Nash-mitchell@dla.mil And/Or Anna Lake - �Anna.Lake@dla.mil �������������������������������������� And/Or Robert Bailey- Robert.Bailey@dla.mil A copy of the solicitation will be available via DLA Internet Bid Board System (DIBBS), https://www.dibbs.bsm.dla.mil./�All responsible sources will be able to submit a proposal which will be considered by DLA Troop Support.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bdb9901f8318493ba930d8856a83df25/view)
 
Place of Performance
Address: Philadelphia, PA 19111, USA
Zip Code: 19111
Country: USA
 
Record
SN06016712-F 20210530/210528230113 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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