Federal Bid

Last Updated on 14 Jan 2021 at 9 PM
Solicitation
Edwards California

ISU 60.5 Air Mobility Shipping Container

Solicitation ID FA930221Q0002
Posted Date 14 Jan 2021 at 9 PM
Archive Date 15 Feb 2021 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa9302 Aftc Pzie
Agency Department Of Defense
Location Edwards California United states 93524

The purpose of this modification is to update and remove clauses not required for this effort. Please review attached combined synopsis/solicitation letter. 

The Air Force Test Center (AFTC), Edward Air Force Base (EAFB), CA has a requirement for an Air Mobility Shipping Container with Modifications

  • 4 ea deployment ISU 60.5 Air Mobility Shipping Containers, with internal, adjustable, tie-down attachment points, with multiple D-Ring type fittings.
  • 4 each ISU Tow Bar Assembly
  • Internal Air Transport Certified (specifically to include C-5, C-17 and KC-10 aircraft)
  • Exterior Dimensions,  108"W X 48"L X 60"H
  • Compatible with U.S. Air Force 48" Center Rail
  • 2-Doors, both on 108" side
  • Quickly removable centerpost between doors (without shelves installed) enables loading of large items
  • Payload up to 5,000 lbs.
  • Stackable 2-high when loaded with up to 5,000 lbs. payload or empty
  • 2-Way Forkliftable
  • Intermodal - Transport by Air, Land, Sea, or Rail
  • Compatible with standard military transport vehicles/equipment
  • Equipped to lock in aircraft cargo restraint systems - no pallet or tie-down chains required
  • Patented integral loading base for rapid aircraft load and off load times
  • Base pre-drilled for optional caster set (Unit Owned: P/N: 60037-001, NSN: 8145-01-384-9260) (
  • Ready for use with optional High Speed Mobility Wheel Set
  • All aluminum extruded, mechanically fastened pallet base certified not to damage aircraft roller system
  • Winching rings at every lower corner
  • Retractable folding steps for easy roof access
  • Able to secure (padlocked, user provided) equipment in transit and staging/storage locations

ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2018)

Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included:

PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE:

  1. DUNS Numbers:
  2. TIN Number:
  3. CAGE Code:
  4. Contractor Name:
  5. Payment Terms (net30) or Discount:
  6. Point of Contact and Phone Number:
  7. Email address:
  8. FOB (destination or origin):
  9. Warranty (if applicable):
  10. Date Offer Expires:
  11. Completed copy of FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)
  12. Completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications – Commercial Items (Jun 2020) – or notification that FAR 52.212-3 represenations and certifications are available on SAM.gov.

(ix)  The provision at 52.212-2, Evaluation - Commercial Items (Oct 2014) applies to this acquisition.

ADDENDUM to 52.212-2, Evaluation – Commercial Items (Oct 2014).

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.

The following factors shall be used to evaluate offers:

(i) Price

(ii) Technical capability of the item offered to meet the Government requirement.  Information should clearly show and demonstrate your company’s ability to meet the stated requirements of section “(iv) Description of Product to be acquired.” Failure to provide enough information will result in a determination of quote being unresponsive to the solicitation.)

This will be awarded to the Lowest Price Technically Acceptable Offeror.  The Program Manager will evaluate quotes to determine technical acceptability.  It is a pass/fail basis.  If a quote fails, it will be determined to be not technically acceptable.  Quotes will be looked at from the lowest price.  All offers will be evaluated on their proposed Total Price.  If the initial lowest price is found to be technically acceptable, award will be made to that vendor.  Only one award will be made under this solicitation.

Bid Protests Not Available