Conex Box

Agency:
State: Connecticut
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159212431139054
Posted Date: Jan 29, 2024
Due Date: Feb 7, 2024
Source: Members Only
Follow
Conex Box
Active
Contract Opportunity
Notice ID
N62789-24-R-0007
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA SUPSHIP
Office
SUP OF SHIPBUILDING GROTON
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 29, 2024 01:10 pm EST
  • Original Published Date: Jan 26, 2024 11:15 am EST
  • Updated Date Offers Due: Feb 07, 2024 05:00 pm EST
  • Original Date Offers Due: Feb 07, 2024 05:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 22, 2024
  • Original Inactive Date: Feb 22, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5998 - ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE
  • NAICS Code:
    • 332311 - Prefabricated Metal Building and Component Manufacturing
  • Place of Performance:
    Groton , CT 06340
    USA
Description View Changes

Amendment 1: This amendment is to address the below questions effective 1/29/2024:



The answer to the below questions:



"All requirements shall be in accordance with International Standard 1496-1: 2013, Series 1 Freight Containers, Specification and Testing, Part 1: General Cargo Containers for General Purposes. Where the specific location of tie downs, lashing rings, and recessed floor anchors is not called out in ISO 1496-1, the specific location shall be provided in the proposal.”



SPEC REFERENCE: Front corner post tied downs, five (5) on each side (ten (10) total)

Q- Are these tiedowns to be site installed? Who will be installing? I assume it’s on the exterior, do you have a diagram?SPEC REFERENCE: -Door corner post tie downs, five (5) on each side (ten (10) total)

Q- Are these tiedowns to be site installed? Who will be installing? I assume it’s on the exterior, do you have a diagram?

SPEC REFERENCE: Restraint system shoring slot that supports 2” x 6” lumber

Q- Please send detail of what this is?

SPEC REFERENCE: Four (4) recessed D-rings on floor on cargo end

Q- Please give us D-ring detail and location.

SPEC REFERENCE: Four (4) lashing rings on front end

Q- Please give us lashing rings detail and location.

SPEC REFERENCE: Bottom side rail relief notches, two (2) per side (four (4) total)

Q- Please give us a detail of rail relief notches and location.

SPEC REFERENCE: Front and rear end bottom rail relief notches, two (2) per end (four (4) total)

Q- Please give us a detail of rail relief notches and location.

SPEC REFERENCE: Four (4) recessed floor anchors

Q- Please give us a detail of a floor anchor and location.

SPEC REFERENCE: Measurements shall be as follows:

Q- Exterior Length - 9’ 9-3/4”

* Exterior Height - 8’6”

* Exterior Width - 8’0”



Origainal Solicitation: 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; quotes are being requested and a written solicitation will not be issued.



Solicitation Number N62789-24-R-0007 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-06 Published October 5, 2023, and Effective December 4, 2023.



This is a 100% small business set-aside. NAICS Code: 332311, size standard: 750.





CLIN 0001: The Contractor shall provide three (3) International Organization for Standardization (ISO) shipping containers (Conex boxes) in accordance with the following requirements:





-Corrugated steel sides and roof



-Fourteen (14) gauge locking steel double end swing doors



-One and one eighth (1-1/8) inch thick marine plywood floors, forklift tested



to 16,000 pounds (lbs.) per 44 square inches



-Twenty-four (24) tie down lashing rings, 4,000 lbs. capacity each



-Two (2) way fork-lift pockets



-Vents two (2) each



-Front corner post tied downs, five (5) on each side (ten (10) total)



-Door corner post tie downs, five (5) on each side (ten (10) total)



-Restraint system shoring slot that supports 2” x 6” lumber



-Four (4) recessed D-rings on floor on cargo end



-Four (4) lashing rings on front end



-Bottom side rail relief notches, two (2) per side (four (4) total)



-Front and rear end bottom rail relief notches, two (2) per end (four (4) total)



-Four (4) recessed floor anchors



-Measurements shall be as follows:





Exterior Length - 9’ 9-3/4”



Exterior Height - 8’6”



Exterior Width - 8’0”





-Exterior paint shall be victory red. Color code number: 9B1922 (or equivalent).



-Exterior label listing the empty weight as built configuration.





-Contractor shall Deliver/Ship to (FOB Destination) three (3) ISO Container CONEX boxes. Delivery must be accomplished between Monday - Friday between 0700 and 1330 EST.



CONTRACTOR TO PROVIDE A QUOTE BROKEN DOWN IN THE FOLLOWING MANNER:



$X.XX – CONEX BOX cost for EACH



$X.XX – SHIPPING



$X.XX – TOTAL COST



CLIN 0002: The Contractor shall deliver and pick-up the Power Diesel Generator (FOB Destination) between Monday – Friday between 0700 and 1330 EST. Contractor to specify delivery and pick-up costs within the quote.



Delivery location is as follows:



Naval Submarine Base New London



Groton, CT 06349-5000



M/F: Jim Crudden Phone: 860-694-24



The Government will evaluate the total offers for award purposes by adding the total price for all line items. Evaluation of all line items will not obligate the Government to award all line items. The Government intends to evaluate the quotes and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.



Proposals are due prior to 5:00PM EST, 07 FEBURARY 2024. Late submissions will not be accepted.





Offers should be submitted via electronic commerce. The electronic address for receipt of offers is: Stephanie.m.brass.civ@us.navy.mil. Offerors should identify the RFQ number in the Subject Line of the email. Offerors are advised to submit electronic documents early and confirm successful transmission/receipt.





The System for Award Management (SAM) is a Government-maintained database of companies wanting to do business with the Government. A firm must register and be active in SAM to receive a Federal award. Register at: https://sam.gov/SAM/pages/public/index.jsf.





The Government reserves the right to award one line, all line items or any combination thereof. If multiple line items are awarded, costs/prices for each line item will be totaled and award amount will be based on that total.





Award will be made to the responsible offeror whose offer, conforming to the solicitation, is determined to be the best overall value, price and other factors considered. In determining the best overall response, the combined non-cost/price factors are more important than the cost/price factor; however, cost/price is a significant factor. The Government may select for award the offeror whose price is not necessarily the lowest, but whose technical proposal is more advantageous to the Government and warrants the additional cost. Offerors must satisfy the requirements described in the performance criteria, as well as other RFQ requirements. Offers that take exception to any performance criteria are unacceptable.




Attachments/Links
Contact Information View Changes
Contracting Office Address
  • CONVERSION AND REPAIR USN 73 EASTERN POINT RD
  • GROTON , CT 06340-4990
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >