Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2003 FBO #0689
SOLICITATION NOTICE

93 -- Glass, Laminated

Notice Date
10/15/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Supply Center Philadelphia - General & Industrial, 700 Robbins Avenue, Philadelphia, PA, 19111-5096
 
ZIP Code
19111-5096
 
Solicitation Number
SP0560-04-Q-1144
 
Response Due
10/21/2003
 
Archive Date
11/4/2003
 
Point of Contact
Maciek Okulicz-Kozaryn, Commodity Business Specialist, Phone 215-737-4371, Fax 215-737-8588, - Mary Ellen Dobbins, Contract Specialist, Phone 215-737-6195, Fax 215-737-8609,
 
E-Mail Address
maciek.okulicz-kozaryn@dla.mil, Mary.E.Dobbins@dscp.dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5, 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. 2. Solicitation number SP0560-04-Q-1144 is hereby issued as a request for quotation (RFQ). This Solicitation consists of Purchase Request YPI03283002541. This solicitation is being issued on a request for quotation (RFQ) basis. PLEASE NOTE THAT THIS IS NOT THE SOLICITATION FOR THE LONG-TERM CONTRACT, SP0500-03-R-0119. This filler buy is separate from the long-term contract solicitation. 3. The solicitation documents incorporate provisions and clauses that are in effect through Federal Acquisition Circular 2001-16, 01 Oct 03. 4. This acquisition is being issued as a small business set-aside. The North American Industry Classification Systems (NAICS) Code for this procurement is 327215 and the small business size standard is 500 employees. 5. This solicitation consists of PR YPI03283002541 for NSN 9340-01-185-3757, Nomenclature: GLASS, LAMINATED; Military Specification: I/A/W DWG NR 19207 12339514 REV A, BASIC, DTD 90 NOV 26. This solicitation has one shipment point: Line 0001 for 8900 each to be shipped to New Cumberland, PA. 6. Prices are to be submitted on an FOB Destination basis. DELIVERY WILL BE AN EVALUATION FACTOR IN AWARD. EARLIER DELIVERY IS DESIRED AND WILL BE GIVEN PREFERENCE. 7. Source Inspection according to QAP- EQ001 applies to this NSN. Packaging shall be in accordance with MIL-STD-2073-1D, 15 DEC 1999. QUP = 001: PRES MTHD = 10: CLNG/DRY = 1: PRESV MAT = 00: WRAP MAT = XX: CUSH/DUNN MAT = GD: CUSH/DUNN THKNESS = D: UNIT CONT = ED: OPI = O: PACK CODE = U: INTRMDTE CONT = XX: INTRMDTE-CONT-QTY = AAA: MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE: 07 - GLASS - DO NOT DROP. PALLETIZATION SHALL BE IN ACCORDANCE WITH D001450000 REV B DATED 97212 SUPPLEMENTAL INSTRUCTIONS: GLASS MUST BE PACKAGED IN A MANNER TO PREVENT BREAKAGE DURING SHIPMENT/STORAGE. EDGES MUST BE PROTECTED FROM MOVEMENT IN THE BOX. CUSHIONING TO BE PLACED ON BOTH SIDES. THIS ITEM MUST BE SHIPPED & STORED IN A HORIZONTAL POSITION. D001450000 PALLETIZATION REQUIREMENTS ARE AVAILABLE FROM THE BUYER UPON REQUEST. WHENEVER POSSIBLE AND PERMITTED BY THE TERMS OF THE CONTRACT, AVOID THE USE OF PLASTICS AS WRAPPING, CUSHIONING, OR DUNNAGE MATERIALS. DOD BAR CODE MARKING REQUIRED IN ACCORDANCE WITH MIL-STD-129 (LATEST REVISION) MARKING AND BAR CODING IN ACCORDANCE WITH AIM BC1. Technical data can be obtained through the Procurement Gateway http://progate.daps.dla.mil/home/ or by E-mail request to dscpdrawings@dscp.dla.mil. For additional information concerning technical data please call 215-737-7154/7140. 8. Inspection and Acceptance will occur at Origin. Material will be stocked at New Cumberland, PA. Delivery shall be 30 days after date of order. 9. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2003) and addenda as follows apply to this acquisition. Addenda: Para (a) Far 52.246-2 Inspection of Supplies ? Fixed Price is included in this contract and takes precedence over FAR 52.212-4(a). The following clauses and provisions, A) through X), are incorporated by reference with the same force and effect as if they were given in full text. Full text of these clauses can be accessed electronically at the following addresses: FAR and DFARS-http://www.acq.osd.mil/dp/dars; DLAD, PROCLTRs and FARS Deviations-http://www.dla.mil/j-3/j-336; G&I Master Document http://dscp103.dscp.dla.mil/contract/pdf/dm2500d.pdf; or at the following location with links to above: http://www.dla.mil/j-3/j-336.icps.htm. Updated versions are indicated at the clause reference and are available from the Contracting Officer. A) (I154) FAR 52.209-6 Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jul 1995); B) (F001) FAR 52.211-16 Variation in Quantity (Apr 1984): paragraph (b) the permissible variation shall be limited to: Increase 5% Decrease 5%. This increase or decrease shall apply to the total item quantity for each destination; C) (F001_1) FAR 52.212-9 Variation in Quantity (APR 1984); D) FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement (Aug 1996); E) FAR 52.232-17 Interest (Jun 1996); F) FAR 52.242-13 Bankruptcy (Jul 1995); G) (E010) FAR 52.246-2 Inspection of Supplies-Fixed Price (Aug 1996); H) FAR 52.247-34 FOB Destination (NOV 1991); I) (FO15) FAR 52.247-48 FOB Destination ? Evidence of Shipment (FEB 1999); J) FAR 52.249-8 -- Default (Fixed-Price Supply and Service); K) DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992); L) DFARS 252.204-7004 Required Central Contractor Registration (NOV 2001); M) (I197) DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (Mar 1998); N) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003); O) DLAD 52.212-9000 Changes-Military Readiness (PROCLTR 01-14 AUG 9, 2001); P) (I171) DLAD 52.233-9000 Agency Protests (Sep 1999); Q) (I214) DLAD 52.233-9001 Disputes: Agreement to Use Alternative Dispute Resolution (Jun 2001); R)Administrative Costs of Reprocurement After Termination for Cause (JAN 2001) If this contract is terminated in whole or part for cause pursuant to Paragraph (m) of the clause included in this contract entitled ?Contract Terms and Conditions - Commercial Items?, and the supplies or services covered by the contract so terminated are repurchased by the Government, the Government will incur administrative costs in such repurchases. The Contractor and Government expressly agree that in addition to any excess costs of repurchase, or any other damages resulting from the Contractor?s default, the Contractor shall pay, and the Government shall accept, the sum of $900.00 as payment in full for the administrative costs of such repurchase. The assessment of damages for administrative costs shall apply for any termination for cause for which the Government repurchases the terminated supplies or services, regardless of whether any other damages are incurred and/or assessed. S) (D006) Treatment of Non-manufactured Wood Pallets and Containers Notice #2 (APR 2003) DSCP All wooden pallets and wood containers produced entirely or in part of non-manufactured softwood species shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) coniferous material and certified accordingly by an accredited agency recognized by the American Lumber Standard Committee, Incorporated (ALSC) in accordance with the latest revision of ALSC Non-Manufactured Wood Packing Policy and Non-Manufactured Wood Packing Enforcement Regulations (see World Wide Web URL: http://www.alsc.org/). All wooden pallets and containers produced entirely of non-manufactured hardwood species shall be identified by a permanent marking of ?NC-US?, 1.25 inches or greater in height, accompanied by the CAGE code of the pallet/container manufacturer and the month and year of the contract. On pallets, the marking shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. On containers, the marking shall be applied on a side other than the top or bottom, contrasting and clearly visible. T)(F012) DSCP 52.211-9I07 Accelerated Delivery (SEP 1990); U) (I147) DSCP 52.232-9I10 Submission of Invoice by Electronic Methods (Sep 1999); V) (E001)-DSCP 52.246-9I06 Distribution of Material Inspection and Receiving Report (NOV 2002) Filled in with PFFAE56 and Sue Finkel; W) (E009)-DSCP 52.246-9I08 Inspection and Acceptance Provisions (SEP 1990); X) DSCP 52.247-9I03, Consignment and Addressing Instructions (Jul 1998); 10. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items (Oct 2003) applies to this acquisition with the following clauses selected: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10); 52.219-6, Notice of Total Small Business Set-Aside (June 2003)(15 U.S.C. 644); 52.219-8, Utilization of Small Business Concerns (OCT 2000) (15 U.S.C. 637(d)(2) and (3)); 52.219-14, Limitation on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (EO 13126); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); 52.225-13, Restriction on Certain Foreign Purchases (JUNE 2003) DEVIATION (EO 12722, 12724, 13059, 13067, 13121 and 13129); and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 11. DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Oct 2003) applies to this acquisition with the following clauses selected: 52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207); 252.225-7001 Buy American Act and Balance of Payments Program (APR 2003) (41 U.S.C. 10a-10d, E.O. 10582); 252.225-7012 Preference for Certain Domestic Commodities (Feb 2003) (10 U. S. C. 2533a); 252.232-7003 Electronic Submission of Payment Requests (MAR 2003) (10 U.S.C. 2227); 252.243-7002 Requests for Equitable Adjustment (Mar 1998)(10 U.S.C. 2410); 252.247-7023 Transportation of Supplies by Sea (MAY 2002). 12. The provision at FAR 52.212-1, Instructions to Offerors -Commercial Items (Oct 2003) and addenda, as follows, apply to this acquisition. Addenda: paragraph (b): Submission of offers: Facsimile offers will be accepted. Offers should be faxed to (215) 737-8588. Para (c) offers shall be valid 90 days. Para (e) Alternative commercial items may not be considered for award on this instant acquisition, however, may be utilized for market research on future requirements Para (g) If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. Para (h) Government intends to make one award. The following clauses and provisions, A) through I), are incorporated by reference with the same force and effect as if they were given in full text: A) (L063) FAR 52.204-6 Data Universal Numbering System (DUNS) number (June 1999); B) (L068) DFARS 252.204-7004 Required Central Contractor Registration (NOV 2001); C) (L079) DLAD 52.211-9009 Non-acceptability of Government Surplus (APR 2002); D) DSCP 52.209-9I02 Responsibility of Offerors (FEB 1970); E)(F041_0) DSCP 52.211-9I13 Time of Delivery - Delivery Evaluation Factor (AUG 2002); F) (L059) DSCP 52.215-9I12, Notice: Automated Best Value Model (ABVM) Program (Dec 1999); G) (L054) DSCP 52.216-9I26 Electronic Data Interchange (JUL 1998) (contractor must submit).; H) DSCP 252.214-9I08 Hand-Carried Offers (MAY 2001); I) DSCP 252.215-9I08 Negotiated Solicitations-Responsiveness (NOV 1997). 13. The provision at 52.212-2, Evaluation -- Commercial Items (JAN 1999) applies in full with the following addition. Evaluation will be based on delivery and past performance . Delivery is more important than past performance. These combined are approximately equal to price. This will be a firm fixed price contract and will be awarded utilizing Simplified Acquisition Procedures. The following clauses and provisions, A) through C), are incorporated by reference with the same force and effect as if they were given in full text: A) (M034) DSCP 52.211-9I14 Evaluation - Delivery Evaluation Factor (AUG 2002) B)(M038) DSCP 52.215-9I15 Automated Best Value System (ABVS) Program -Simplified Acquisitions (FEB 1996) C)(M016) DSCP 52.247-9I10 FOB. Origin and/or Destination (NOV 2002). Following is checked: With respect to all items bids/proposals are invited only on the basis of F.O.B. Destination. 14. Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (June 2003) with their offer. The following clauses and provisions, A) through D), are incorporated by reference with the same force and effect as if they were given in full text: A) (K044) FAR 52.207-4 Economic Purchase Quantity ? Supplies (AUG 1987) (Optional - Contractor may submit); B) DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items (Contractor must Submit); C) (K027) DFARS 252.225-7000 Buy American Act - Balance of Payments Program Certificate (APR 2003) (Contractor must submit); D)(K015) DSCP 52.215-9I03 Place of Performance-Inspection and Shipping Point (Aug 1985) (Contractor must submit). 15. The DPAS rating for both NSN?s is D0-A4. 16. Quotations are due 21 October 2003, 5:00 PM local Philadelphia time. Quotations shall be either faxed or emailed. Faxed quotations will be accepted at (215) 737-8588. Emails should be sent to Maciek.Okulicz-Kozaryn@dla.mil. Offerors are requested to verify with buyer that their submissions have been received. 17. For updated clauses and any other requests, please contact Maciek Okulicz-Kozaryn at (215) 737-4371. Email: Maciek.Okulicz-Kozaryn@dla.mil.
 
Record
SN00452438-W 20031017/031016073214 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.