2 – 20’ New Modified Containers
ID: 70Z08424QDL940026Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDDOL-9NORFOLK, VA, 23510, USA

NAICS

Other Metal Container Manufacturing (332439)

PSC

SPECIALIZED SHIPPING AND STORAGE CONTAINERS (8145)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security's U.S. Coast Guard is seeking quotes for the procurement of two new modified 20-foot climate-controlled shipping containers to enhance operations at the Regional Dive Locker Pacific (RDLP) in Honolulu, Hawaii. These containers are essential for secure storage and transport of life-support equipment, addressing challenges related to accessing Recompression Chambers in remote areas and ensuring readiness for urgent operations, including humanitarian assistance and disaster response. The contract is set aside for small businesses, with a firm-fixed price structure, and offers are due by September 11, 2024, at 08:00 AM Pacific Time. Interested vendors should submit their quotes via email to Jessica P. Adkisson at jessica.p.adkisson@uscg.mil, and all inquiries must be directed to the same contact by September 9, 2024.

    Point(s) of Contact
    Jessica P. Adkisson
    jessica.p.adkisson@uscg.mil
    Files
    Title
    Posted
    The Department of Homeland Security's U.S. Coast Guard intends to acquire two climate-controlled 20-foot shipping containers for the Regional Dive Locker Pacific (RDLP) to enhance diving operations in remote areas. The justification for this procurement stems from the difficulty in accessing Recompression Chambers in locations that exceed the US Navy Diving Manual’s stated timeframes for emergency access. The containers will enable the secure storage and transport of life-support equipment, reducing damage risk from exposure to harsh environments and inefficiencies associated with the current storage methods. This acquisition will support urgent operations, including humanitarian assistance and disaster response, ensuring that RDLP can deploy vital equipment without delays. Specifications call for each container to include a personnel door, lockset, climate control, caulking, and protective zinc coating. The delivery location is set at RDLP in Honolulu, HI, and the transaction is tax-exempt, reflecting the federal government’s operational needs and fiscal responsibility.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) related to the procurement of commercial products and services for the U.S. Coast Guard. It details the requisition and contract numbers, award date, submission deadlines, and provides contact information for inquiries. The solicitation includes a list of items required, including two 20-foot shipping containers, installation of heavy-duty personnel doors, and the delivery of these containers. The contract is firm-fixed price, with performance expected to start on September 12, 2024, and end by January 12, 2025. Additionally, it emphasizes the mandatory electronic submission of payment requests through the Invoice Processing Platform (IPP), stipulates compliance with Federal Acquisition Regulations (FAR), and includes special clauses prohibiting contracts involving Kaspersky Lab and certain telecommunications and video surveillance services deemed risky. This document serves to enhance procurement efficiency while supporting small, disadvantaged businesses, demonstrating the federal government's initiative to promote economic inclusion and compliance with safety and security regulations in equipment and service contracts.
    The document serves as an amendment and modification to a solicitation related to container specifications for the US Coast Guard (USCG). Contractors must acknowledge receipt of this amendment by specified means to avoid rejection of their offers. Key specifications for the containers include a climate control unit requiring a 12k BTU AC and a steel personnel door with a lock set, ideally in Dusty Gray color. Delivery protocols state that operations will occur from 0700 to 1500, with personnel meeting the deliverer at the gate. The shipment must be fully modified before delivery, with certain installation options being flexible, such as subcontracting for onsite installation of an A/C unit and door lock. Budget constraints align with original estimates, and no known challenges exist regarding the project. Overall, this amendment clarifies specifications and logistical requirements for contractors responding to the solicitation, ensuring all parties have a clear understanding of expectations and process.
    This document is an amendment to a federal solicitation regarding procurement, specifically addressing responses from contractors. It emphasizes the need for contractors to acknowledge receipt of the amendment prior to the specified deadline, outlining methods of acknowledgment, including completing specific items on the solicitation form or sending a separate letter or electronic communication. The amendment clarifies that failure to acknowledge could lead to the rejection of an offer. Additionally, the document provides details on modifying previously submitted offers and specifies the color requirement for containers to be utilized—light beige—due to heat considerations, overriding a previous suggestion of dusty gray. The overall purpose of this amendment is to ensure clear communication of changes and to facilitate the procurement process in alignment with regulations governing federal solicitations.
    The document relates to a request for pricing on the procurement of two new modified 20-foot containers, as part of a government solicitation (70Z08424QDL940026). It outlines the necessary specifications for the containers, which include the installation of a heavy-duty personnel door and a 12k BTU window air conditioner on each unit. Additionally, the proposal includes the delivery of the containers to a specified location with tilt-to-ground service. The pricing sheet requires vendor information, including name, UEI, contact details, and itemized costs for the containers and installation services. Overall, this file reflects the structured approach typically employed in government Requests for Proposals (RFPs), emphasizing compliance with particular standards while ensuring efficient and practical procurement for federal or local government projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Rental of Four (4) Conex Containers /w Two (2) Transported
    Active
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of four 20-foot Conex containers along with transportation services, under the RFQ number N3904024Q0208. The procurement aims to deliver two containers to Groton, CT, and two to Kittery, ME, with a performance period extending from October 28, 2024, to October 27, 2025, and includes options for two additional years through 2027. This initiative is crucial for supporting the Navy's operational needs while promoting small business participation in federal contracting. Interested vendors must submit their proposals via email by September 30, 2024, at 11:00 AM ET, and are required to be registered in the System for Award Management (SAM) while adhering to strict technical and security requirements outlined in the solicitation documents. For further inquiries, potential contractors can contact Skylar Elliott at skylar.n.elliott.civ@us.navy.mil or by phone at 207-438-1358.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.
    Shipping and Storage Containers
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is preparing to issue a solicitation for the procurement of nine specialized shipping and storage containers, identified by NSN 8145-01-128-4725, with delivery to Corpus Christi, TX. This acquisition will be conducted as a fixed-price Purchase Order under a commercial Request for Quote (RFQ) in accordance with FAR parts 12 and 13.5, and is designated as a Set Aside acquisition. The containers are critical for military logistics and operations, ensuring the secure and efficient transport and storage of essential materials. Interested vendors must be registered in the System for Award Management (SAM) and are responsible for downloading the RFQ from the DLA Internet Bid Board System (DIBBS) and monitoring for any amendments, with quotes due by the specified deadline. For further inquiries, vendors can contact Avril Dickerson at 215-737-8275 or via email at AVRIL.DICKERSON@DLA.MIL.
    81--SHIPPING AND STORAG
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of shipping and storage containers, specifically NSN 8145013904116. The requirement includes a quantity of 20 units to be delivered to the Maritime Expeditionary Security Group One within 20 days after order. These containers are crucial for the secure transport and storage of military supplies and equipment. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the DLA at DibbsBSM@dla.mil.
    Ship Lift Annual Inspection & Certification (2 YEARS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Ship Lift Annual Inspection and Certification over a two-year period. The procurement involves comprehensive inspections and certifications of the CG Yard Ship Lift and Transfer System, ensuring compliance with SFLC Standard Specification 8634, which includes detailed reporting and follow-up inspections to maintain safety and operational standards. This project is critical for the U.S. Coast Guard's operational capabilities, emphasizing the importance of maintaining the structural integrity and effectiveness of marine equipment. Interested vendors must submit their quotes by September 20, 2024, at 12:00 PM (Eastern) to Shellby Hammond at Shellby.M.Hammond@uscg.mil, with the contract anticipated to be awarded based on the lowest priced technically acceptable offers.
    ISU 90 Container
    Active
    Dept Of Defense
    The Department of Defense, specifically the Colorado Air National Guard's 140th Wing, is seeking proposals for the procurement of ISU-90 Containers under Solicitation Number W50S6V24Q0027. The requirement includes specific salient characteristics such as a slant top design, tan color, and dimensions suitable for hazardous cargo, with a maximum payload of 10,000 pounds and a shelf capacity of approximately 750 pounds. This procurement is crucial for standardizing equipment to enhance operational capabilities, and it is classified as a Total Small Business Set-Aside, emphasizing the government's commitment to supporting small businesses. Interested vendors must submit their quotes by 18 September 2024, with all proposals valid through 30 September 2024; for further inquiries, contact Capt Jacob Geroux at jacob.geroux.1@us.af.mil or the 140th Contracting Office at 140.WG.MSC@us.af.mil.
    CGC OAK Inspection and Service of CO2 and APC Marine Fire Suppression Systems
    Active
    Homeland Security, Department Of
    The US Coast Guard Surface Force Logistics Center invites quotations for the inspection and service of CO2 and APC marine fire suppression systems on the USCGC OAK. This combined synopsis and solicitation seek a firm-fixed-price contract under FAR Part 13.5. The work involves providing all necessary labor, supervision, and materials to inspect and service the fire suppression systems aboard the vessel, which is docked in Newport, Rhode Island. The contract is intended for small businesses, and all responsible vendors are encouraged to submit quotations. The deadline for submission is 12 pm Pacific Time on September 27th, 2023. Vendors must email their quotes to Donna.J.O'Neal@uscg.mil and Michael.E.Madrigal@uscg.mil and ensure receipt is acknowledged by the Coast Guard. The solicitation incorporates provisions and clauses effective through Federal Acquisition Circular 2005-65. Vendors must comply with the small business standards and use a SAM.gov registered DUNS number on their quotes. For more information, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or 5103931145.
    Watertight Hatch
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, US Coast Guard, is seeking a Watertight Hatch through a Combined Synopsis/Solicitation notice. A Watertight Hatch is a type of equipment used in marine vessels to provide a secure and watertight seal for access points. The procurement is set aside for small businesses and will be awarded on a firm-fixed-price basis. Interested vendors must submit quotes by 0800 Pacific Time on November 22, 2023. The delivery address is USCGC CIMARRON, 700 Coast Guard Rd., Buchanan, TN 38222. For more information and to submit quotes, contact Isaiah C. Ragan at isaiah.c.ragan@uscg.mil or Tyler Melton at tyler.k.melton@uscg.mil.
    ACE Containers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of Advanced Shipping Containers, known as ACE Containers, for use at Kadena Air Base and Joint Base Elmendorf-Richardson. The containers must meet specific requirements, including being self-mobile, lightweight, and reconfigurable to fit 463L aircraft, while also being durable enough to withstand harsh environmental conditions. This procurement is critical for enhancing operational efficiency and logistics support in diverse terrains. Interested vendors must submit their quotations by September 17, 2024, with a proposal validity extending until October 30, 2024. For further inquiries, potential bidders can contact Aisha B. Nance at aisha.nance@us.af.mil or Justin K. Townsend at justin.townsend.2@us.af.mil.
    52000QR240007760 USCGC OLIVER BERRY FM200 FIRE SURPRESSION SYSTEM INSPECTION
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform inspection and certification of the FM200 and Galley Fixed Fire Suppression Systems aboard the Coast Guard Cutter OLIVER BERRY (WPC 1124) in Honolulu, Hawaii. The contractor will be required to travel to the cutter's homeport and conduct inspections in accordance with maintenance publications N31015.D and N30050.D, with the inspection period scheduled from October 1 to October 20, 2024. This procurement is critical for ensuring the operational readiness and safety compliance of maritime fire suppression systems. Interested vendors must submit their Firm Fixed Price quotations by September 23, 2024, at 09:00 A.M. Eastern Standard Time, to Timothy Ford at timothy.s.ford@uscg.mil, with a copy to Stacy Spalding at stacy.j.spalding@uscg.mil.