SOLICITATION NOTICE
81 -- Fiberboard Boxes
- Notice Date
- 6/8/2007
- Notice Type
- Solicitation Notice
- NAICS
- 322211
— Corrugated and Solid Fiber Box Manufacturing
- Contracting Office
- Defense Logistics Agency, Acquisition Management, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- SP3100-07-T-0108
- Response Due
- 6/25/2007
- Archive Date
- 12/31/2007
- Small Business Set-Aside
- Total Small Business
- Description
- The Defense Distribution Center San Joaquin, Tracy, CA has a requirement for the purchase of 20,000 each Fiberboard Boxes. The description for the boxes is as follows: Regular slotted carton, Size: 19 5/8? X 15 5/8? X 9 11/16? inside dimension. Type: Corrugated Fiberboard (CF), Single Wall. Grade V3C, Weather Resistant. Knocked down. Carton shall be left handed (glued seam on left side. Glue joint inside) 15 boxes per bundle. Constructed IAW ASTM D5118/D5118M and current changes. Palletization and strapping shall be IAW Standard Commercial Practice. Stock Number, Unit Pack and Contract Number to be printed on each Pallet. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format inSubpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will NOT be issued. Evaluation will be in accordance with FAR 13.106. The Government intends to award a purchase order resulting from this Request for Quote based on the lowest evaluated price. This acquisition is 100% set aside for Small Business Concerns. The associated North American Industry Classification System (NAICS) Code is 322211 and the associated size standard is 500. This solicitation is issued as a Request for Quote (RFQ), SP3100-07-T-0108. 20,000 EACH BOXES @ $ ______________________/BOX The Request for Quotation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17 and DCN 20070531. The following FAR and DFARS clauses and provisions apply to this requirement. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR 52.212-1 ? Instructions to Offerors ? Commercial Items (SEP 2006) FAR 52.212-3 ? Offeror Representations and Certifications ? Commercial Items (NOV 2006) FAR 52.212-4 ? Contract Terms and Conditions ? Commercial Items (FEB 2007). 52.247-34 ? FOB Destination FAR 52.212-5 ? Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (MAR 2007) The following additional FAR clauses are applicable to this acquisition: 52.219-6 Notice to Total Small Business Set-Aside 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 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic funds Transfer ? Central Contractor Registration 52.232-36 Payment by Third Party DFARS 252.212-7000 Offeror Representations and Certifications ? Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program All responsible small business concerns may submit a quotation which shall be considered by this agency. Quotations and the representations/certifications at FAR 52.212-3 and DFARS 252.212-7000 (or indication that representations/certifications have been completed at the ORCA website) are required no later than 3:00 PM EST, 25 June 2007. Price Proposals and the certifications at FAR 52.212-3 MUST be submitted via one of the following methods: (1) email to: Roberta.Witmer@dla.mil (2) facsimile to: 717-770-7591 (ATTN: Roberta Witmer), or (3) mail to: Defense Distribution Center, Acquisition Operations, DDC-AB, 2001 Mission Drive, Bldg 404, ATTN: Roberta Witmer, New Cumberland, PA 17070-5000 NOTE: All contractors MUST be registered in the Central Contractor Registration (CCR) Database to receive and award. Information on registration may be obtained by calling 1-888-227-2423 or via the internet at www.ccr.gov.
- Place of Performance
- Address: Defense Distribution Center San Joaquin, Whse 3, Tracy Site, Tracy, CA
- Zip Code: 95376-5000
- Country: UNITED STATES
- Zip Code: 95376-5000
- Record
- SN01313377-W 20070610/070608220143 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |