8145 - Design, Engineering, Manufacturing and Testing of Reusable Shipping and Storage Containers

Agency: DEPT OF DEFENSE
State: Federal
Level of Government: Federal
Category:
  • 81 - Containers, Packaging, and Packing Supplies
Opps ID: NBD00159514496100677
Posted Date: Apr 19, 2024
Due Date: Apr 30, 2024
Solicitation No: N0018924RZ015
Source: Members Only
Follow
8145 - Design, Engineering, Manufacturing and Testing of Reusable Shipping and Storage Containers
Active
Contract Opportunity
Notice ID
N0018924RZ015
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP GLOBAL LOGISTICS SUPPORT
Sub Command 2
NAVSUP FLC NORFOLK
Office
NAVSUP FLT LOG CTR NORFOLK
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
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 18, 2024 06:41 pm EDT
  • Original Published Date: Nov 06, 2023 03:31 pm EST
  • Updated Response Date: Apr 30, 2024 04:00 pm EDT
  • Original Response Date: Nov 20, 2023 11:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: May 15, 2024
  • Original Inactive Date: Nov 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 8145 - SPECIALIZED SHIPPING AND STORAGE CONTAINERS
  • NAICS Code:
    • 332439 - Other Metal Container Manufacturing
  • Place of Performance:
Description
The NAVSUP Fleet Logistics Center (FLC) Norfolk, Philadelphia Office intends to solicit on a 100 percent small business set-aside basis for technical and analytical support for the design, engineering, manufacturing and testing of aluminum or plastic reusable shipping and storage containers. This includes reviewing container related handling processes and equipment as it applies to Packaging, Handling, Storage and Transportation (PHS and T) in the Naval environment. Site visits to Navy and Marine Corps activities may be required to conduct container feasibility studies as preparation for a new container design. The contractor may be required to evaluate and/or propose advances in materials (aluminum, plastic, steel or non-metals), hardware and processes to avail the government of the latest technology.
The contractor must have the ability to provide container design services, perform technical and analytical analyses, create and modify product drawings, and have the capability to manufacture containers.

Containers, or container related items, shall be designed to meet the performance requirements of Design Specifications for Metal and Plastic Shipping and Storage Containers, (80132) 16000 and 16001, which cover typical reusable shipping and storage containers. Conceptual (DI-SESS-81001) and developmental drawings (DI-SESS-81002) shall be prepared in accordance with MIL-STD-31000 and made available on electronic media.

The resultant contract shall be a single award, cost plus fixed fee (CPFF) term, Indefinite Delivery, Indefinite Quantity (IDIQ) type contract with cost-plus-fixed-fee and firm fixed price (FFP) provisions.
The resultant contract will consist of a five-year ordering period expected to begin on 14 May 2024 and continue through 13 May 2029.
The requirement will be solicited using FAR Part 15 Contracting by Negotiation procedures and will be solicited using the tradeoff process, as outlined in FAR 15.101.

The applicable North American Industry Classification System (NAICS) Code for this requirement is 332439 and the small business size standard is 600 employees. Upon its release, the solicitation will be made available electronically at https://beta.SAM.gov and https://www.neco.navy.mil. A hard copy of the solicitation WILL NOT be made available. Paper copies, faxed copies, or email copies of the solicitation will not be provided.
Offerors shall be required to submit both price and non-price proposals. All responsible sources may submit a proposal, which shall be considered by the NAVSUP FLC Norfolk Philadelphia Office. Offerors must be registered in the System for Award Management (SAM) database (www.sam.gov) to be considered for award. Lack of an active registration in the SAM database will make a contractor ineligible for award. The solicitation is expected to be released within 15 days of this posting but no later than 28 November 2023. The closing date for receipt of proposals will be established in the solicitation. Interested parties are responsible for monitoring the aforementioned websites for posting of the solicitation and any amendments thereto.
For questions regarding this announcement, please contact John Charambura at john.n.charambura.civ@us.navy.mil.
Attachments/Links
Contact Information
Contracting Office Address
  • ATTENTION CODE 301 1968 GILBERT STREET SUITE 600
  • NORFOLK , VA 23511-3392
  • 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 >