Federal Bid

Last Updated on 28 Aug 2019 at 8 AM
Combined Synopsis/Solicitation
Range Alabama

ISU 60 and ISU 90

Solicitation ID F9V1AG9164AW01
Posted Date 30 Jul 2019 at 7 PM
Archive Date 28 Aug 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W7n9 Uspfo Activity Wyang 153
Agency Department Of Defense
Location Range Alabama United states
This is a combined synopsis solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice and any accompanying attachments. This combined synopsis solicitation is being issued utilizing simplified acquisition procedures authorized by FAR Part 13. This announcement constitutes the only solicitation; a written solicitation will not be issued. All communications and documents must include the solicitation number, F9V1AG9164AW01. The North American Industry Classification System (NAICS) for this requirement is 332439, Other Metal Container Manufacturing.

The potential quoter shall submit a quote which includes the following: Company name, address, phone numbers, DUNS number, and when applicable, an itemized quote including minimum specifications and any options. Quotes shall be delivered via email to Kris Kahle, Contract Specialist at [email protected]. All provisions and clauses are in effect through FAC 2019-01 and DFARS Change Notice 20180928. Faxed proposals will not be accepted.

Requests for Information (RFI) concerning this RFQ will only be accepted via e-mail addressed to Kris Kahle, Contract Specialist at [email protected] with a firm deadline of August 13, 2019; 12pm MT. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at the below address: http://farsite.hill.af.mil.

Basis for Award: The Government will consider price and technical non-price factors to determine the quotation that represents the Lowest Priced Technically Acceptable (LPTA) quote. The Government will not use the formal source selection procedures described in FAR part 15. The Government will evaluate quotations utilizing the procedures of FAR 13.106-2 Evaluation of quotations or offers.

Evaluation Criteria: The quotations will be evaluated under two factors: Price, and Technical Capability.
TECHNICAL CAPABILITY: Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets the Governments minimum required specifications. Failure to clearly and unambiguously demonstrate this will result in an unacceptable technical rating.
PRICE: Price shall be evaluated for reasonableness.
The Government intends to evaluate quotations and issue a purchase order based on the initial quotations received. Therefore, the initial quotation should contain the best terms from a price and technical standpoint. The Government reserves the right to request revised quotations from, or negotiate final purchase order terms with, one or more, but not all, quoters' if later determined by the Contracting Officer to be necessary. However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise use the procedures described at FAR 15.306.
52.204-23 - Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations
52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-40 - Providing Accelerated Payments to Small Business Subcontractors
52.233-4 - Applicable Law for Breach of Contract Claim
252.203-7000 - Requirements Relating to Compensation of Former DoD Officials
252.203-7005 - Representation Relating to Compensation of Former DoD Officials
252.204-7015 - Notice of Authorized Disclosure of Information for Litigation Support
252.232-7010 - Levies on Contract Payments
252.244-7000 - Subcontracts for Commercial Items
52.203-15 - Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009
52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-7 - System for Award Management
52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 - System for Award Management Maintenance
52.204-16 - Commercial and Government Entity Code Reporting
52.204-18 - Commercial and Government Entity Code Maintenance
52.204-21 - Basic Safeguarding of Covered Contractor Information Systems
52.212-3 - Offeror Representations and Certifications-Commercial Items
52.212-4 - Contract Terms and Conditions-Commercial Items
52.212-5 - Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items
52.222-26 - Equal Opportunity

52.222-36 - Equal Opportunity for Workers with Disabilities

52.222-50 - Combating Trafficking in Persons

52.225-1 - Buy American Act--Supplies

52.225-3 - Buy American-Free Trade Agreements-Israeli Trade Act

52.225-3 - Buy American-Free Trade Agreements-Israeli Trade Act--Alternate I

52.225-13 - Restrictions on Certain Foreign Purchases

52.232-33 - Payment by Electronic Funds Transfer-System for Award Management

52.232-34 - Payment by Electronic Funds Transfer-Other than System for Award Management

52.233-3 - Protest after Award
252.204-7004 - DoD Antiterrorism Awareness Training for Contractors

252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls

252.204-7012 - Safeguarding Covered Defense Information and Cyber Incident Reporting

252.211-7003 - Item Unique Identification and Valuation

252.225-7007 - Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies

252.225-7031 - Secondary Arab Boycott of Israel

252.225-7035 - Buy American--Free Trade Agreements--Balance of Payments Program Certificate-Basic

252.225-7036 - Buy American-Free Trade Agreements--Balance of Payments Program--Alternate II

252.232-7006 - Wide Area WorkFlow Payment Instructions

 

 

 

CLIN # Description Quantity Price Total Price
#0001 Container ISU-60 GEN X Green 4- Door w-032 Kit (Hazmat door factory installed) 4-Way Forkliftable Internal airlift/helicopter slingable. All aluminum extruded, mechanically fastened base (463L certified), which eliminates delamination issues. Designed for organization of parts, materials, or equipment (small-medium-large). Intermodal - transportable by air, land, sea, or rail. 10,000 pound payload capacity. Weather, dust, and sand proof structures. Winching rings located on every lower corner. Stackable two high when loaded or unloaded. Compatible with standard military transport vehicles/equipment 1
#0002 Container ISU90i gen X green with hazmat kit that has an aisle on the base to provide additional leg room during internal airlift. Forkliftable Internal airlift/helicopter slingable. All aluminum extruded, mechanically fastened base (463L certified), which eliminates delamination issues. Designed for organization of parts, materials, or equipment (small-medium-large). Intermodal - transportable by air, land, sea, or rail. 10,000 pound payload capacity. Weather, dust, and sand proof structures. Winching rings located on every lower corner. Stackable two high when loaded or unloaded. Compatible with standard military transport vehicles/equipment. 1
#0003 Shipping

Combined Totals

 

Bid Protests Not Available

Similar Past Bids

Mountain home air force base Idaho 15 Mar 2011 at 10 PM
Bay Arkansas 08 Jun 2010 at 7 PM
Mountain home air force base Idaho 13 Aug 2008 at 4 PM
Newport New jersey 03 Nov 2009 at 7 PM
Nellis air force base Nevada 09 Jun 2010 at 6 PM

Similar Opportunities

White haven Pennsylvania 15 Jul 2025 at 4 PM
Fort belvoir Virginia 30 Sep 2026 at 4 AM (estimated)
Location Unknown 09 Jul 2025 at 4 PM