Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

81--Container Field Pack Up

Solicitation Number: W81RF382611000
Agency: Department of the Army
Office: Army Contracting Agency, South Region
Location: ACA, Fort Hood
  • Print
:
W81RF382611000
:
Combined Synopsis/Solicitation
:
Added: Jan 07, 2009 8:00 am Modified: Jan 23, 2009 1:32 pmTrack Changes
CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W81RF382611000 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 332439 with a small business size standard of 500 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-01-23 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Hood, TX 76544

The USA ACA Fort Hood requires the following items, Meet or Exceed, to the following:
LI 001, Container Field Pack up, Container Requirements: 8x8x20, Must be transportable via flatbed, Mobilizer, PLS(Pallet Load System) and HEMTT, lock directly to flatrack or commercial container bogey. The container system must be a durable standardized storage and transport system capable of rapidly mobilizing multiple materials(Maintenance/Repair parts, Tools, Hazardous Materials, Rations, Weapons, Construction Materials).Must have Interoperable Modules and Glide-out shelving systems. Half of this container will be used for bulk storage and modules will house parts and tooling., 1, EA;
LI 002, 1 module requirements will be; 74H x 35"W x 43"D all steel, 10 Drawers (2- 8 drawers, 3- 6 drawers, 5- 4 drawers), Top mounted, adjustable net, 308 Standard compartments, expandable to 902 compartments. Removable lid on 4 drawers to retain small parts, High Security Locking bar. Uses 5200 and 5300 series locks., 1, EA;
LI 003, 1 module requirements will be; 74H x 35"W x 43"D All Steel8 Drawers (1- 10 drawer, 1- 8 drawer, 6- 6 drawers), Top mounted, adjustable net, 192 Standard compartments, expandable to 720 compartments. High Security Locking bar. Uses 5200 and 5300 series locks., 1, EA;
LI 004, 1 module requirements will be; 96"W x 64"D All Steel, Parts set has 4 fully adjustable / vertical rack stanchions with all slide assemblies, Installation hardware with over-center pallet locking and includes 8 each 12 deep extending drawers, 1 each 2 small extending drawers w/ cargo netting, 1 each 8 small extending drawers w/ cargo netting, 2 each 2 medium extending drawers w/ cargo netting, 3 each Load Constraint Bars, All drawers are fully extending, equipped with rotating lock-in / lockout handles and adjustable dividers, 1, EA;
LI 005, 1 module requirements will be; 96"W x 64"D All Steel Bulk Storage Aid. The Bulk Storage Aid is used in the FPU-8-4 & FPU-20-3 (rear section); it allows outfitting of one-half of a container to store & transport bulk & large parts on fully adjustable pallets. Assembly features 2 fully adjustable/vertical rack stanchions with all pallet ledge assemblies & installation hardware with over-center pallet locking. This equipment is designed to accept materiel Classes II, III (P), IV, VII, VIII & IX or combinations of the same. Includes 2 each 67-inch wide, individually locking, cargo pallets with tie-down straps & 1 floor position with cargo net. Has been fully motion tested & certified by the U.S. Army Test Center at Aberdeen Proving Ground, MD, 1, EA;
LI 006, The Removable Cradle is a 2 position module cradle assembly that once installed allows for the installation & lock down of 2 standard modules or 1 Glide-Out system. The Removable Cradle can be installed in the FPU-8-4 & FPU-20-3 (rear section) container systems. Two Removable Cradles can be installed in each of these two container systems., 1, EA;
LI 007, Tie down Rings (set of 8 steel) for stowage of bulk items in bulk item compartment during transportation., 1, EA;
LI 008, 4 Drawer Dividers (includes 1 each longitudinal & 50 each cross section makes 100 each 6 x 2 compartments when added to standard dividers). These items are for use with ITEM NO 0004., 2, EA;

For this solicitation, USA ACA Fort Hood intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Hood is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.

Delivery shall be made within 30 days or less after receipt of order (ARO).

CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov.

See attached applicable provisions and clauses. Response from vendors is required, if applicable, to the following: 52.209-5, 52.209-6, 52.212-3, 52.212-3 Alt1, 52.222-48 and 252.247-7022. Any applicable provisions and clauses must be provided electronically prior to the solicitation closing time and date by email to clientservices@fedbid.com.

Proposed responders must submit any questions concerning this solicitation before 9 Jan 2009, 12:00 noon, to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered.

New equipment ONLY, NO remanufactured products

Bid MUST be good for 30 days after submission.

FOB Destination CONUS (CONtinental U.S.)

:
1001 761st Tank Bat. Ave Room W103, Fort Hood, TX 76544
:
Fort Hood, TX 76544
76544
US
:
Name: Kay Brown, Title: Contract Specialist, Phone: 2542875676, Fax: 2542875354, Email: kay.brown@us.army.mil;