New Jersey Bids > Bid Detail

Combustible Powder Storage Container

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 81 - Containers, Packaging, and Packing Supplies
Opps ID: NBD00159184650346748
Posted Date: Jun 20, 2023
Due Date: Jun 27, 2023
Solicitation No: N68335-23-R-0208
Source: https://sam.gov/opp/deeceb5ce1...
Follow
Combustible Powder Storage Container
Active
Contract Opportunity
Notice ID
N68335-23-R-0208
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC AD
Office
NAVAIR WARFARE CTR AIRCRAFT DIV
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jun 20, 2023 02:06 pm EDT
  • Original Published Date: May 23, 2023 03:30 pm EDT
  • Updated Date Offers Due: Jun 27, 2023 04:00 pm EDT
  • Original Date Offers Due: Jun 06, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jul 12, 2023
  • Original Inactive Date: Jun 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 8145 - SPECIALIZED SHIPPING AND STORAGE CONTAINERS
  • NAICS Code:
    • 332311 - Prefabricated Metal Building and Component Manufacturing
  • Place of Performance:
    Lakehurst , NJ 08733
    USA
Description View Changes

Naval Air Warfare Center Aircraft Division (NAWCAD) has a requirement to procure a Combustible Powder Storage Container, to be located at the Naval Air Warfare Center Aircraft Division Lakehurst, NJ (NAWCADLKE). This will be a Firm Fixed Price contract, in accordance with the attached Statement of Work (SOW). The resultant contract will be for delivery in ten (10) weeks. The Government intends to procure the above item through a total small business set-aside.



(i) THIS IS A COMBINED SYNOPSIS/SOLICITATION for Commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation number is N68335-23-R-0208 (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-95. (iv) This solicitation is open to all small businesses, NAICS is 332311, FSC code is 8145 (v) FAR 52.212-1 Instructions to Offerors – Commercial Items, is incorporated. (vi) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. (vii) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated. The resulting contract will be for delivery in ten (10) weeks. (viii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders –Commercial Items is incorporated in this contract by full text; the following provisions apply: 52.222-50, Combating Trafficking in Persons (Mar 2015). (ix) Additional clauses and provisions and requirements:



52.204-13



System for Award Management Maintenance



OCT 2016



52.227-1



Authorization and Consent



DEC 2007



252.204-7004



System for Award Management



FEB 2014



252.204-7012



Safeguarding Covered Defense Information and Cyber Incident Reporting



OCT 2016



252.225-7001



Buy American And Balance Of Payments Program-- Basic (Dec 2016)



DEC 2016



252.225-7008



Restriction on Acquisition of Specialty Metals



MAR 2013



252.225-7009



Restriction on Acquisition of Certain Articles Containing Specialty Metals



OCT 2014



252.225-7012



Preference For Certain Domestic Commodities



DEC 2016



252.246-7007



Contractor Counterfeit Electronic Part Detection and Avoidance System



AUG 2016



252.232-7003



Electronic Submission of Payment Requests and Receiving Reports



JUN 2012



252.211-7003



Item Unique Identification And Valuation



MAR 2016



Additional requirements: Quotes are due by 4:00pm. EST, 6 June 2023 to Mrs. Devin Hader at devin.l.hader.civ@us.navy.mil . Please see attachments for Submission and Evaluation Instructions and Statement of Work (SOW) for instructions. As this will be FOB: Destination, please include freight costs in yours proposal (x) Name and telephone number of individual to contact for information regarding the solicitation: Devin Hader, 732-323-2741 e-mail: devin.l.hader.civ@us.navy.mil. Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors. The Government will accept only electronic proposals.



AMENDMENT 0001: 1 June 2023, 2:45pm.



This amendment addresses the following questions and provides responses:



Q: The requirements provided do not provide sufficient information on the specific metal powders being stored and the options listed are not rated for storing metal powders.



A: The containers of metal powder will never be opened and exposed to the environment inside the storage building. This type of storage container is sufficient for its intended use.



Q: Automatic dry chemical fire suppression systems support Class A, B and C fires only and are not rated for Class D fires. Manual fire extinguishers are only available for Class D fires only. Please request the model of the dry chemical fire suppression system that the specifications are based since standard systems are not rated for Class D fires.



A: Since a Class D automatic fire suppression system is not available, please provide manual Class D fire extinguishers per the statement of work section 2.3, option 2.



Q: Also cabinets are not rated for storing metal powders and separate storage bays will be needed for separating incompatible chemicals or powders being stored. Incompatible metal powders will need to be stored in separate storage bays with duplicate HVAC systems to support each bay.



A: The containers of metal powder will never be opened and exposed to the environment inside the storage building. Separate storage bays and rated cabinets are not necessary. The statement of work specifies shelves or flammable storage lockers, not cabinets per section 2.8 options 1 and 2



Q: What is the temperature range needed to maintain for the heating and cooling options and is continuous running ventilation needed?



A: The building will need to be maintained a relative air humidity 10 – 75 % and a room temperature 18 – 25 ºC. Continuous ventilation is not needed.



Q: Please confirm the explosion proof rating for all electrical options and the electrical supply voltage and phase available since multiple voltages and phases were listed and it is unclear what voltage and phase is required.



A: Explosion proof rating should be Class 2. The incoming power to the storage container will be single phase 208/120v, 100 amp service. The recommended circuit panel is a 100 amp, 250V, 20 circuit panel in the container.





AMENDMENT 0002: 20 June 2023, 2:05pm



This amendment updates the following:



1. Re-opens the solicitation until 27 June 2023 at 4pm EDT



2. Modifies the Statement of Work (SOW) with an updated electrical requirement.



**Any companies who previously submitted a bid, must resubmit prior to the 27 June 2023 deadline, confirming they can meet the revised requirement or providing an updated response.**


Attachments/Links
Contact Information
Contracting Office Address
  • LKE. JB MDL BLDG 271 HIGHWAY 547
  • JOINT BASE MDL , NJ 08733
  • 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 >