Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2010 FBO #3190
SOLICITATION NOTICE

81 -- Varrious Size Shipping Boxes for Tracy, Ca

Notice Date
8/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
322211 — Corrugated and Solid Fiber Box Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-10-Q-0193
 
Point of Contact
Michael Hayes Minto, Phone: 7177706145
 
E-Mail Address
michael.minto@dla.mil
(michael.minto@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is SP3300-10-Q-0193. This solicitation is issued as set aside for small business concerns. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-43 effective 02 AUG 2010, Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20100713 and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and Proc Ltr 2010-33. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil. DESCRIPTION OF ITEMS: The Defense Logistics Agency Distribution San Joaquin (DDJC) has a requirement for a fixed rate supplies contract to supply corrugated shipping boxes of various sizes as shown below. Shipping address is DEFENSE DISTRIBUTION DEPOTS SAN JOAQUIN. BOSS RCVG WHSE 21, SEC 4. 25600 S CHRISMAN RD. TRACY, CA 95304-5000 LINE ITEMS CLIN - 0001 BOX, SHIPPING. SIZE: 14 INCH LONG X 14 INCH WIDE X 14 INCH DEEP (INSIDE DIMENSIONS). FOUR FLAPS ON TOP AND FOUR FLAPS ON BOTTOM; OUTER FLAPS MEET WHEN CLOSED. TYPE: CORRUGATED FIBERBOARD (CF). STYLE: REGULAR SLOTTED CARTON (RSC). CLASS: DOMESTIC (DOM). VARIETY: SINGLE WALL (SW). FLUTE DESIGNATION: C BOX JOINT: GLUED. BURSTING STRENGTH GRADE: 275 POUNDS PER SQUARE INCH (MULLEN TEST). MAXIMUM WEIGHT OF BOX AND CONTENTS: 95 POUNDS. 100% RECYCLED FIBER CONTENT WITH 35% BEING POST CONSUMER RECYCLED MATERIAL. 25 EACH PER BUNDLE. ASTM D5118/D5118M AND CURRENT CHANGES APPLY. STOCK NUMBER 8115001179525. Unit Price tiny_mce_marker______________ x 44 BD = tiny_mce_marker____________ (Total Price). Delivery _________ Days ARO (After Receipt of Order). CLIN - 0002 BOX, SHIPPING. SIZE: 37 1/2 INCH LONG X 23 1/2 INCH WIDE X 18 INCH DEEP (INSIDE DIMENSIONS). TYPE: CORRUGATED FIBERBOARD (CF). STYLE: FULL TELESCOPE (FTC). CLASS: DOMESTIC (DOM). VARIETY: SINGLE WALL (SW). FLUTE DESIGNATION: C BOX JOINT: GLUED. BURSTING STRENGTH GRADE: 275 LBS PER SQUARE INCH (MULLEN TEST). MAXIMUM WEIGHT OF BOX AND CONTENTS: 95 LBS. 100% RECYCLED FIBER CONTENT WITH 35% BEING POST CONSUMER MATERIAL. 25 EACH TOPS AND 25 EACH BOTTOMS PER BUNDLE. KNOCKED DOWN WITH TOPS AND BOTTOMS IDENTIFIED. ASTM D5118/D5118M AND CURRENT CHANGES APPLY. STOCK NUMBER 8115001288024. Unit Price tiny_mce_marker______________ x 106 BD = tiny_mce_marker____________ (Total Price) Delivery _________ Days ARO (After Receipt of Order). CLIN - 0003 BOX, SHIPPING. SIZE: 20 INCH LONG X 15 1/2 INCH WIDE X 13 1/2 INCH DEEP (INSIDE DIMENSIONS). TYPE: CORRUGATED FIBERBOARD (CF). STYLE: REGULAR SLOTTED (RSC). CLASS: DOMESTIC (DOM). VARIETY: SINGLE WALL (SW). FLUTE DESIGNATION: C BOX JOINT: GLUED. BURSTING STRENGTH GRADE: 275 LBS PER SQUARE INCH (MULLEN TEST). MAXIMUM WEIGHT OF BOX AND CONTENTS: 95 LBS. 100% RECYCLED FIBER CONTENT WITH 35% BEING POST CONSUMER MATERIAL. 25 EACH PER BUNDLE. ASTM D5118/5118M AND CURRENT CHANGES APPLY. STOCK NUMBER 811500L020041. Unit Price tiny_mce_marker______________ x 249 BD = tiny_mce_marker____________ (Total Price) Delivery _________ Days ARO (After Receipt of Order). CLIN - 0004 BOX, SHIPPING. SIZE: 12 INCH LONG X 8 INCH WIDE X 8 INCH DEEP (INSIDE DIMENSIONS). FOUR FLAPS ON TOP AND FOUR FLAPS ON BOTTOM; OUTER FLAPS MEET WHEN CLOSED TYPE: CORRUGATED FIBERBOARD (CF). STYLE: REGULAR SLOTTED (RSC). CLASS: DOMESTIC (DOM). VARIETY: SINGLE WALL (SW). FLUTE DESIGNATION: C BOX JOINT: GLUED. BURSTING STRENGTH GRADE: 275 POUNDS PER SQUARE INCH (MULLEN TEST). MAXIMUM WEIGHT OF BOX AND CONTENTS: 95 POUNDS. 100% RECYCLED FIBER CONTENT WITH 35% BEING POST CONSUMER RECYCLED MATERIAL. 25 EACH PER BUNDLE. ASTM D5118/D5118M AND CURRENT CHANGES APPLY. STOCK NUMBER 811500L020051. Unit Price tiny_mce_marker______________ x 269 BD = tiny_mce_marker____________ (Total Price) Delivery _________ Days ARO (After Receipt of Order). TOTAL FOR ALL CLIN's tiny_mce_marker_______________________ Contractors must be able to accept the Government Credit Card for payment. CONTRACT CLAUSES FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010), Addenda to 52.212-4; the following clauses apply: FAR 52.247-34 F.O.B. DESTINATION (NOV 1991) FAR 52.211-16 VARIATION IN QUANTITY (APR 1984) FAR 52.211-17 DELIVERY OF EXCESS QUANTITIES (SEP 1989) DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) The following clauses are incorporated by full text: FAR 52.211-9 - DESIRED AND REQUIRED TIME OF DELIVERY (JUN 1997) (a) The Government desires delivery to be made according to the following schedule: DESIRED DELIVERY SCHEDULE - All items within 14 days after date of contract award. If the offeror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule below. However, the offeror's proposed delivery schedule must not extend the delivery period beyond the time for delivery in the Government's required delivery schedule as follows: REQUIRED DELIVERY SCHEDULE - All items with 21 days after date of contract award. Offers that propose delivery of a quantity under such terms or conditions that delivery will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. If the offeror proposes no other delivery schedule, the desired delivery schedule above will apply. OFFEROR'S PROPOSED DELIVERY SCHEDULE: All items with _____ days after date of contract award. (b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed or otherwise furnished to the successful offeror results in a binding contract. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day the award is dated. Therefore, the offeror shall compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of receipt of the contract or notice of award by adding (1) five calendar days for delivery of the award through the ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term "working day" excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date, the offer will be considered nonresponsive and rejected. (End of Clause) AR 52.252-2 CLAUSE INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far http://farsite.hill.af.mil (End of Clause) DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) (FEB 2007) (a) This clause only applies when wood packaging material (WPM) will be used to make shipments under this contract and/or when WPM is being acquired under this contract. (b) Definition. Wood packaging material (WPM) means wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame and cleats. The definition excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood, particleboard, veneer, and oriented strand board (OSD). (c) All Wood Packaging Material(WPM) used to make shipments under DOD contracts and/or acquired by DOD must meet requirements of International Standards for Phytosanitary Measures (ISPM) 15, "Guidelines for Regulating Wood Packaging Materials in International Trade." DOD shipments inside and outside of the United States must meet ISPM 15 whenever WPM is used to ship DOD cargo. (1) All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT) in accordance with American Lumber Standard Committee, Incorporated (ALSC) Wood Packaging Material Program and WPM Enforcement Regulations (see http://www.alsc.org/). (2) All WPM shall include certification/quality markings in accordance with the ALSC standard. Markings shall be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC approved DUNNAGE stamp. (d) Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The Agency reserves the right to recoup from the Contractor any remediation costs incurred by the Government. (End of Clause) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OF EXECUTIVE ORDERS-COMMERCIAL ITEMS (JUN 2010) IN PARAGRAPH (B) THE FOLLOWING CLAUSES APPLY: FAR 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2010) FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUN 2003). FAR 52.219-28 POST AWARD SMALL BUSINESS PROGRAM REPRESENTATION (APR 2009). FAR 52.222-3 CONVICT LABOR (JUN 2003) FAR 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (AUG 2009) FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) FAR 52.222-26 EQUAL OPPORTUNITY (MAR 2007) FAR 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUN 1998) FAR 52.225-13 RESTRICTION ON CERTAIN FOREIGN PURCHASES (JUN 2008) FAR 52.232-36 PAYMENT BY THIRD PARTY (FEB 2010) FAR 52.247-64 PREFERENCE FOR PRIVATELY OWNED U.S.-FLAG COMMERCIAL VESSELS (FEB 2006) DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS. (NOV 2009) THE FOLLOWING ADDITIONAL CLAUSES/PROVISIONS APPLY: DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (JAN 2009) DFARS 252.225-7036 BUY AMERICAN ACT-FREE TRADE AGREEMENT- BALANCE OF PAYMENTS PROGRAM ALT I (JUL 2009) DFARS 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) DFARS 252.247-7024 NOTIFICATION OF TRANSPORTATION OF SUPPLIES BY SEA (MAR 2000) The FAR and DFARS clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at: http://www.farsite.hill.af.mil SOLICITATION PROVISIONS FAR 52.212-1 Instruction of Offerors (JUN, 2008) -Commercial items applies to this acquisition. Addenda to 52.212-1: The following paragraphs are herby deleted from this provision: (e) Multiple offers and (h) multiple awards. DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer's decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS-Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Price Quote (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Price quotes must be submitted via one of the following methods by 3:00PM ET, August 27, 2010: Email to: Michael.Minto@dla.mil ; Fax to: 717-770-7591 Attn: Michael Minto or Mail to: Defense Distribution Center, DDC-AB, ATTN: Michael Minto, 2001 Mission Drive Building 404, New Cumberland, PA 17070. NOTE: All contractors MUST be registered in the Central Contractor Registration (CCR) Database to receive an award. Information on registration may be obtained by calling 1-888-227-2423 or via the internet at www.bpn.gov. FAR 52.212-2 Evaluation - Commercial Items (Jan 1999). The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed price contract to the responsible offeror whose quote represents the total overall lowest price for all CLINS. Therefore to be considered for award, a quote must be provided for all CLINS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-10-Q-0193/listing.html)
 
Place of Performance
Address: DLA Distribution San Joaquin, California, Boss RCVG WHSE 21, Sec 4, 25600 S Chrisman Rd, Tracy, California, 95304-5000, United States
Zip Code: 95304-5000
 
Record
SN02244660-W 20100819/100818000749-5a1c1baeaaa12612ba24a5afab38d541 (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 |
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.