Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2021-10-13 09:28:00
United States SAM

Reach Stacker Container Handler

Process Number W52P1J-21-T-SF05

USA

Dates:


Notice ID:

W52P1J-21-T-SF05

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

W4MM USA JOINT MUNITIONS CMD

Office:

W4MM USA JOINT MUNITIONS CMD

General Information:


All Dates/Times are:

(UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA

Updated Published Date:

Oct 28, 2021 10:13 am CDT

Original Published Date:

2021-10-13 09:28:00

Original Response Date:

Oct 27, 2021 12:00 pm CDT

Inactive Policy:

15 days after date offers due

Updated Inactive Date:

Nov 18, 2021

Original Inactive Date:

Nov 11, 2021

Initiative:
  • None***--***

Classification:


Product Service Code:

3920 - MATERIAL HANDLING EQUIPMENT, NONSELF-PROPELLED

NAICS Code:

333923 - Overhead Traveling Crane, Hoist, and Monorail System Manufacturing

Description:


Original Set Aside:

The purpose of this notice is to centrally procure a Base Commercial Equipment (BCE) Container Handler in support of Headquarters (HQ) Army Sustainment Command (ASC) with shipment to the Logistic Readiness Centers (LRC) in Hawaii. The container handler will be utilized primarily in the offloading of 20 and 40 foot containers from railcars as well as flatbed cargo trucks and the storage and stacking of the containers in the central receiving and holding areas within the LRC. The U.S. Army Contracting Command - Rock Island (ACC-RI) hereby Requests a Quote (RFQ) W52P1J-21-T-SF05 for a Reach Stacker Container Handler in support of HQ ASC in support of the LRC in Hawaii In Accordance With (IAW) the Purchase Description (PD), dated 10 September 2021. This solicitation is issued as a Full and Open requirement. The RFQ will be Firm Fixed Price (FFP) IAW Attached Clauses and Provisions in this solicitation. The evaluation process shall proceed as follows: A. Price: The lowest priced offer will be evaluated for technical acceptability. An offeror’s total evaluated price will be determined by summing the total price for this requirement. Failure to include a total price will exclude the offeror from consideration of award. B. Technical: Submissions will be evaluated for technical acceptability. Two rating categories will be used to reflect the Government’s evaluations of each offeror’s ability, as demonstrated in the quote, to perform the requirements stated in the solicitation. In order to be found technically acceptable, the offeror must clearly demonstrate in their quote the sub factors found in clause FAR 52.212-2. The Government will evaluate the offeror’s quote against these minimum requirements to determine whether the quote is technically acceptable or unacceptable, using the following ratings and descriptions: The two rating categories listed below will reflect the Government’s evaluation of each offeror’s adherence to each sub factor listed above, as demonstrated in its quote. All sub factors must be rated “Acceptable” in order to receive an overall “Acceptable” rating for the Technical Factor. RATING DESCRIPTION Acceptable Quote meets the requirements of the solicitation Unacceptable Quote does not meet the requirements of the solicitation ACC-RI requests that all quotes be submitted by 12:00 P.M. CST on November 3, 2021 by email to seth.j.fuller2.civ@mail.mil Please see attachments to provide a quote to include information about the vendor's ability to perform this requirement while making sure the following are addressed: 1. Vendor’s Size Standard, DUNS Number, Cage Code 2. Does the vendor have familiarity with the military system?

Attachments / Links:


Document Size Updated date Download

Contact Information:


ARMY CONTRACTING COMMAND ROCKISLAND BLDG 350 RODMAN AVE

ROCK ISLAND , IL 61299-5000

USA

Primary Point of Contacts:

Seth Fuller

Secondary Point of Contact:

Joseph R. DePover