Texas Bids > Bid Detail

Storage Containers Rental

Agency:
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159930078607659
Posted Date: Mar 15, 2024
Due Date: Mar 22, 2024
Source: https://sam.gov/opp/6917c87c9a...
Follow
Storage Containers Rental
Active
Contract Opportunity
Notice ID
FEMAWX02107Y2024T
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
FEDERAL EMERGENCY MANAGEMENT AGENCY
Office
MS - MISSION SUPPORT
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 15, 2024 01:51 pm EDT
  • Original Published Date: Mar 12, 2024 05:09 pm EDT
  • Updated Date Offers Due: Mar 22, 2024 01:00 pm EDT
  • Original Date Offers Due: Mar 15, 2024 11:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 06, 2024
  • Original Inactive Date: Mar 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: W099 - LEASE OR RENTAL OF EQUIPMENT- MISCELLANEOUS
  • NAICS Code:
    • 531130 - Lessors of Miniwarehouses and Self-Storage Units
  • Place of Performance:
    Fort Worth , TX 76115
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is WX02107Y2024T and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR | Acquisition.GOV). The associated North American Industrial Classification System (NAICS) code for this procurement is 531130 Lessors of Mini warehouses and Self-Storage Units with a small business size standard of $34M. This requirement is a Small Business Set-Aside and only qualified sellers may submit bids.



Free On Board (FOB) Destination CONUS shall be: 501 West Felix Street, Fort Worth, TX 76115



The National Incident Management Assistance Teams (NIMAT) White End User requires the following items:



The vendor shall provide and deliver, FOB, two 20’ x 8’ x 8’ storage containers to FEMA Distribution Center, Fort Worth, TX (address above). Containers shall be leased for a period of one year and then picked-up by the vendor at the end of the period of performance. The lease may be extended if the storage requirement continues (Statement of Work Attached).



The period of performance is:



Base Year: 08 April 2024 to 07 April 2025.



Option to Extend: 08 April 2025 to 07 April 2026





Solicitation and Buy Attachments



Question Submission: Interested vendors must submit any questions concerning this request for quote at on or before 03/22/2024 at 13:00 EST to enable the Buyer to respond. Questions must be submitted via email to the Contracting Officer at salah.hani@fema.dhs.gov.



The vendor must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications.



The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set- Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim.



IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls.



Clause 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I,



Clause 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements,



Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards,



Clause 52.204-13 -System for Award Management Maintenance.



Clause 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities,



Clause 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment,



Clause 52.204-27 Prohibition on a ByteDance Covered Application



Clause 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment,



Clause 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations,



Clause 52.217-7 Option for Increased Quantity – Separately Price Line Item:



Clause 52.217-8 Option to Extend Services



Clause 52.217-9 Option to Extend the Term of the Contract



Shipping is FOB Destination CON US (Continental U.S.).



Submitted Quotes will be valid for 30 days after the auction closing.



This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).



IAW FAR 52.252-2 Clauses Incorporated by Reference, for the extended description here is the website: https://www.acquisition.gov/



The associated North American Industrial Classification System (NAICS) code for this procurement can be found at North American Industry Classification System (NAICS) U.S. Census Bureau.



The small business for that NAICS code can be found at SBA Table of Size Standards



The Government will award a Firm-Fixed-Price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered.



EVALUATION OF QUOTES



Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate quotes and award a contract with or without informal discussions. Therefore, each initial quotation should contain the offeror’s best terms from a technical capability, and price standpoint. However, the Government reserves the right to conduct informal discussions if it is determined by the Contracting Officer to be necessary.



The Government will award a firm fixed priced contract to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is Technically Acceptable. A quote is technically acceptable if its technical capabilities conform to the Government's requirements or listed specs whichever is applicable to the buy. Offerors understand that the Contracting officer may use criteria other than price to evaluate offers. Accordingly, please note that, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the U.S. Government on the basis of price/service schedule, technical capability, and past performance. These factors are listed in their relative order of importance: Technical Capability, Price/Service Schedule, and Past Performance. Technical and Price are of equal weight.



The government reserves the right to award to a higher priced vendor, who during the government’s evaluation is determined to be best able to meet the solicitation requirements, under the following conditions: (1) The contracting officer determines it to be in the government’s best interest, and (2) the resultant price can be determined to be fair and reasonable by the contracting officer.



This RFQ is being conducted in accordance with the requirements of FAR part 13, Simplified Acquisitions. In accordance with FAR 13.106-2(b)(3), contracting officers shall, “If using price and other factors, ensure that quotations or offers can be evaluated in an efficient and minimally burdensome fashion. Formal evaluation plans and establishing a competitive range, conducting discussions, and scoring quotations or offers are not required. Contracting offices may conduct comparative evaluations of offers…” The following factors will be used when conducting the comparative evaluation of offerors responding to this RFQ.



All quotes shall be provided using the attachment titled” Storage Containers Quote Form”.



Submission of a quote that does not contain all items requested below may result in elimination from consideration of award. Offerors must submit each item of quote in a separate electronic attachment clearly identified as described below. Quoters are responsible for including sufficient details to permit a complete and accurate evaluation of each quote.




  1. Technical Capability: Provide a brief capability statement to include:



Overview of Technical Expertise: A brief introduction outlining the company's technical competencies, highlighting its areas of expertise and specialization.



Quality Assurance and Compliance: Details about the company's quality assurance processes, adherence to industry standards, and compliance with relevant regulations and security protocols.



Differentiators: What sets the company apart from competitors in terms of its technical capabilities and customer service? This could include unique methodologies, proprietary tools, innovative approaches, or a strong focus on customer satisfaction.



The technical evaluation rating criteria are defined as follow:



Adjectival Rating



Exceptional: The proposal / quote demonstrated a technical ability that exceeds the requirements set forth in the solicitation.



Satisfactory: The proposal / quote demonstrated a technical ability that meets the requirements set forth in the solicitation.



Unsatisfactory: The proposal/quote did not demonstrate a technical ability to meet and/or exceed the requirements of as set forth in the solicitation.




  1. Price / Schedule of Services: Pricing shall be submitted as requested in the Schedule of Services. Total price will be evaluated by the Government. Proposed price should reflect a clear understanding of the requirements, is consistent with the various elements of the offer.



SEE ATTCHEMENT TITLED STORAGE CONTAINERS QUOTE FORM FOR PRICING FORMAT



Schedule of Service: Upon award the Contractor shall commence and complete work (Delivery and Set Up) NLT 04/08/2024 thru 04/09/2024.



Vendor to concur to proposed commencement and completion of the TWO (2) Containers Delivery and Set Up (04/08/2024 thru 04/09/2024):



YES ____________



NO ____________



The price quotation will be evaluated against the Independent Government Price Estimate. The total quoted price (inclusive of options) shall be evaluated for completeness and reasonableness. Evaluations of quotations will consider the following pricing information: pricing provided for all line items listed in the Schedule of Supplies and Services of this RFQ in the units and format provided (Table above).




  1. Past Performance Record: Offerors shall provide contract data for two (2) relevant PRIME contracts and relevant SUBCONTRACTS that the offeror is currently performing or has completed during the last five (5) years. The following information shall be included:



Contractor Name and Contract Number; Customer points of contact (minimum of two; provide name, telephone number, fax number and e-mail addresses); Length of contract to include Period of Performance (dates); Initial Contract Price; Description of product/service provided (include sufficient detail to demonstrate similarities and dissimilarities to the requirements of this solicitation).



The past performance evaluation rating criteria are defined as follow:



Adjectival Rating



Exceptional: The Offeror’s past performance record indicates that the offeror likely will successfully provide services that exceed the requirement.



Satisfactory: The Offeror’s past performance record indicates that the offeror likely will successfully provide services that meet the requirement.



Unsatisfactory: The Offeror’s past performance record provides substantial doubt that the Offeror will successfully provide the services required.



Neutral: The Offeror has no relevant past performance.



A quoter without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance.



All quotes are due by March 22, 2024, at 13:00 PM EST.





Quotes Submissions shall include:




  1. Fully completed provisions at 52.212-3, Offeror Representations and Certifications - Commercial Products and Commercial Services (RFQ Attachment).

  2. Fully completed Storage Containers Quote Form (RFQ Attachment).





PAPER COPIES OF THIS SOLICITATION WILL NOT BE ISSUED AND TELEPHONE REQUESTS OR FAX REQUESTS FOR THE SOLICITATION WILL NOT BE ACCEPTED.



The Government reserves the right to cancel this solicitation at any time.


Attachments/Links
Contact Information
Contracting Office Address
  • 500 C Street, SW
  • Washington , DC 20472
  • 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 >