Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 17, 2013 FBO #4103
SOLICITATION NOTICE

75 -- IRRD Paper for DLA

Notice Date
2/15/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
322220 — Paper Bag and Coated and Treated Paper 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
SP3300-13-Q-0048
 
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 SP3300-13-Q-0048. This solicitation is issued as Set Aside for Small Business Concerns under NAICS Code 322222. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-65 effective 29 JAN 2013, Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20121231 and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and Proc Ltr 2013-25. 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: Various DLA Distribution Installations have a requirement for a firm fixed price contract to supply IRRD Paper. Shipping address is below. LINE ITEMS CLIN - 0001 : ISSUE RELEASE RECEIPT DOCUMENT (IRRD). USED WITH A KYOCERA FS-9100DN PRINTER. 8.50 INCH WIDE X 11 INCH LONG SINGLE PART, PAPER WITH ONE PERFORATION IN THE MIDDLE OF EACH SHEET, NON-PIN FEED. PAPER SHOULD BE 20-POUND (80 gsm) BOND (SUBSTANCE 20 ). PAPER SHOULD HAVENO BENT EDGES OR UNEVEN SURFACES. MOISTURE CONTENT SHOULD BE LESS THAN 5.7 PERCENT. THE GRAIN OF THE PAPER SHOULD BE PARALLEL WITH THE LONG EDGE FOR RELIABLE FEEDING AND STACKING. 2500 SHEETS PER CARTON. STOCK NUMBER 753000L880254. Unit Price $______________ x 320 CS = $____________ (Total Price). Delivery _________ Days ARO (After Receipt of Order). SHIP TO: DLA DISTRIBUTION WARNER ROBINS BOSS MATERIAL DO NOT INDUCT 455 BYRON STREET BLDG 376 ROBINS A F B GA 31098-1887 APPOINTMENT REQUIRED FOR DELIVERY: (478) 926 - 0183 CLIN - 0002 : PAPER, IRRD. WHITE. 8 1/2 X 11". BLANK STOCK W/PERFORATION. FOR PRINTING OF PICK TICKET/IRRD. ROUTINE. RECYCLED NOT ACCEPTABLE. MUSTMEET REFLECTIVITY & OPACITY SPECIFIED IN MIL-STD-1189A. PERFORATED HORIZONTAL AT 5-1/2" LINE. PAPER MUST MAINTAIN BAR CODE READABILITY. 24 LB BOND OR EQUAL. NON-ADHESIVE. 2500 CUT SHEETS PER CT. NOTE: REAMS (500 SHEETS). MUST BE INDIVIDUALLY WRAPPED AND PACKED WITH CHIPBOARD TO KEEP SHEETS FLAT. LASER GRAPHIC PAPER. STOCK NUMBER 753000L101758. Unit Price $______________ x 136 CT = $____________ (Total Price). Delivery _________ Days ARO (After Receipt of Order). SHIP TO: DLA DISTRIBUTION OKC DDOO BLDG 1 DOOR 80 ATTN SUPPLY AREA 405 739 7093 TINKER AFB OK 73145-5000 CLIN - 0003 : ISSUE RELEASE RECEIPT DOCUMENT (IRRD). USED WITH A KYOCERA FS-9100DN PRINTER. 8.50 INCH WIDE X 11 INCH LONG SINGLE PART, PAPER WITH ONE PERFORATION IN THE MIDDLE OF EACH SHEET, NON-PIN FEED. PAPER SHOULD BE 20-POUND (80 gsm) BOND (SUBSTANCE 20 ). PAPER SHOULD HAVENO BENT EDGES OR UNEVEN SURFACES. MOISTURE CONTENT SHOULD BE LESS THAN 5.7 PERCENT. THE GRAIN OF THE PAPER SHOULD BE PARALLEL WITH THE LONG EDGE FOR RELIABLE FEEDING AND STACKING. 2500 SHEETS PER CARTON. STOCK NUMBER 753000L880254. Unit Price $______________ x 700 CT = $____________ (Total Price). Delivery _________ Days ARO (After Receipt of Order). SHIP TO: DDYJ RECEIVING OFFICER MF BOSS SUP FLT ACT YOKOSUKA BLDG 5010 HONCHO 1-CHOME YOKOSUKA-SHI KANAGAWA 238-0041 SEE SHIPPING INSTRUCTIONS USING CCP BELOW IN PROVISIONS. CLIN - 0004 : PAPER, IRRD. WHITE. 8 1/2 X 11". BLANK STOCK W/PERFORATION. FOR PRINTING OF PICK TICKET/IRRD. ROUTINE. RECYCLED NOT ACCEPTABLE. MUSTMEET REFLECTIVITY & OPACITY SPECIFIED IN MIL-STD-1189A. PERFORATED HORIZONTAL AT 5-1/2" LINE. PAPER MUST MAINTAIN BAR CODE READABILITY. 24 LB BOND OR EQUAL. NON-ADHESIVE. 2500 CUT SHEETS PER CT. NOTE: REAMS (500 SHEETS). MUST BE INDIVIDUALLY WRAPPED AND PACKED WITH CHIPBOARD TO KEEP SHEETS FLAT. LASER GRAPHIC PAPER. STOCK NUMBER 753000L101758. Unit Price $______________ x 300 CT = $____________ (Total Price). Delivery _________ Days ARO (After Receipt of Order). SHIP TO: DLA DISTRIBUTION SAN JOAQUIN POC KATHY TYNES PH 209 839 4032 25600 S CHRISMAN RD BOSS WHSE 29-5 TRACY CA 95304 APPOINTMENTS FOR DELIVERY TO DDJC Shipments to DLA Distribution San Joaquin, CA require an appointment for delivery. Call 209-839-4307 during base supply receiving hours (Mon-Fri 0630-1345, Pacific Time) to schedule delivery. CLIN - 0005 : PAPER, IRRD. WHITE. 8 1/2 X 11". BLANK STOCK W/PERFORATION. FOR PRINTING OF PICK TICKET/IRRD. ROUTINE. RECYCLED NOT ACCEPTABLE. MUSTMEET REFLECTIVITY & OPACITY SPECIFIED IN MIL-STD-1189A. PERFORATED HORIZONTAL AT 5-1/2" LINE. PAPER MUST MAINTAIN BAR CODE READABILITY. 24 LB BOND OR EQUAL. NON-ADHESIVE. 2500 CUT SHEETS PER CT. NOTE: REAMS (500 SHEETS). MUST BE INDIVIDUALLY WRAPPED AND PACKED WITH CHIPBOARD TO KEEP SHEETS FLAT. LASER GRAPHIC PAPER. STOCK NUMBER 753000L101758. Unit Price $______________ x 80 CT = $____________ (Total Price). Delivery _________ Days ARO (After Receipt of Order). SHIP TO: DLA DISTRIBUTION NORFOLK VA RECEIVING OFFICER PR 1968 GILBERT ST BLDG W135 DWY 10 NORFOLK VA 23511-0001 TOTAL FOR ALL CLINS $_____________________________ ALL QUOTES MUST BE FOB DESTINATION (SHIPPING PRICE INCLUDED) Contractors must be able to accept the Government Credit Card for payment. COMPANY NAME: _________________________________ CAGE CODE: _________________________________ POC NAME: _________________________________ POC PHONE: _________________________________ Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. CONTRACT CLAUSES FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2012), Addenda to 52.212-4; the following clauses apply: FAR 52.204-07 Central Contractor Registration (Dec 2012) FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009) FAR 52.247-34 F.O.B. DESTINATION (NOV 1991) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) (a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt. (b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide- (1) The total dollar amount of the levy; (2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and (3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation. (c) DoD shall promptly review the Contractor's assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including- (1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and (2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or (ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation. (d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act. (End of clause) FAR 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) INSTRUCTION FOR PAYMENT BY GOVERNMENT PURCHASE CARD This contract/order will be paid by Government purchase card. Invoices for supply contracts shall be submitted at time goods are shipped. Invoices for service contracts shall be submitted in accordance with instructions provided in the contract/order. At a minimum, each invoice shall include the following information: - Contractor name, address, and CAGE code - Invoice date and invoice number - Contract number/order number - Contract Line Item Numbers (CLINs) - CLIN description, quantity, unit of measure, unit price and extended total prices - Additional information required by the Prompt Payment Act at FAR 52.232-25 Unless indicated elsewhere in this contract/order, invoices shall be faxed or emailed to the contract specialist identified on page 1 of this document in the block titled "Administered by". MARK CONTRACT NUMBER ON ALL CORRESPONDENCE (FEB 2007) Contractor must mark the contract or purchase order number on all paperwork and shipments. The order number must appear on the exterior of the shipment. Failure to follow these instructions will hold up payment to you and could result in the return of merchandise at your expense. The Government is not soliciting for the "same old way" of doing business. The Government encourages proposals that will achieve savings through innovative processes. Furthermore, DLA Distribution personnel are working to eliminate unnecessary requirements and negotiating for a reduction in supplies/material prices. Therefore, your assistance is requested in reducing prices and improving our buying processes. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OF EXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN 2013) IN PARAGRAPH (B) THE FOLLOWING CLAUSES APPLY: FAR 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (AUG 2012) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011). FAR 52.219-28 Post Award Small Business Program Representation (OCT 2010). FAR 52.222-3 CONVICT LABOR (JUN 2003) FAR 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (MAR 2012) 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 (OCT 2010) FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2010) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) 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. (DEC 2012) THE FOLLOWING ADDITIONAL CLAUSES/PROVISIONS APPLY: DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) DFARS 252.225-7036 BUY AMERICAN ACT-FREE TRADE AGREEMENT-BALANCE OF PAYMENTS PROGRAM I (DEC 2012) 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 Supply Description and Line Items CLIN - 0001: ISSUE RELEASE RECEIPT DOCUMENT (IRRD). USED WITH A KYOCERA FS-9100DN PRINTER. 8.50 INCH WIDE X 11 INCH LONG SINGLE PART, PAPER WITH ONE PERFORATION IN THE MIDDLE OF EACH SHEET, NON-PIN FEED. PAPER SHOULD BE 20-POUND (80 gsm) BOND (SUBSTANCE 20 ). PAPER SHOULD HAVENO BENT EDGES OR UNEVEN SURFACES. MOISTURE CONTENT SHOULD BE LESS THAN 5.7 PERCENT. THE GRAIN OF THE PAPER SHOULD BE PARALLEL WITH THE LONG EDGE FOR RELIABLE FEEDING AND STACKING. 2500 SHEETS PER CARTON. STOCK NUMBER 753000L880254. CLIN - 0002: PAPER, IRRD. WHITE. 8 1/2 X 11". BLANK STOCK W/PERFORATION. FOR PRINTING OF PICK TICKET/IRRD. ROUTINE. RECYCLED NOT ACCEPTABLE. MUSTMEET REFLECTIVITY & OPACITY SPECIFIED IN MIL-STD-1189A. PERFORATED HORIZONTAL AT 5-1/2" LINE. PAPER MUST MAINTAIN BAR CODE READABILITY. 24 LB BOND OR EQUAL. NON-ADHESIVE. 2500 CUT SHEETS PER CT. NOTE: REAMS (500 SHEETS). MUST BE INDIVIDUALLY WRAPPED AND PACKED WITH CHIPBOARD TO KEEP SHEETS FLAT. LASER GRAPHIC PAPER. STOCK NUMBER 753000L101758. CLIN - 0003: ISSUE RELEASE RECEIPT DOCUMENT (IRRD). USED WITH A KYOCERA FS-9100DN PRINTER. 8.50 INCH WIDE X 11 INCH LONG SINGLE PART, PAPER WITH ONE PERFORATION IN THE MIDDLE OF EACH SHEET, NON-PIN FEED. PAPER SHOULD BE 20-POUND (80 gsm) BOND (SUBSTANCE 20 ). PAPER SHOULD HAVENO BENT EDGES OR UNEVEN SURFACES. MOISTURE CONTENT SHOULD BE LESS THAN 5.7 PERCENT. THE GRAIN OF THE PAPER SHOULD BE PARALLEL WITH THE LONG EDGE FOR RELIABLE FEEDING AND STACKING. 2500 SHEETS PER CARTON. STOCK NUMBER 753000L880254. CLIN - 0004: PAPER, IRRD. WHITE. 8 1/2 X 11". BLANK STOCK W/PERFORATION. FOR PRINTING OF PICK TICKET/IRRD. ROUTINE. RECYCLED NOT ACCEPTABLE. MUSTMEET REFLECTIVITY & OPACITY SPECIFIED IN MIL-STD-1189A. PERFORATED HORIZONTAL AT 5-1/2" LINE. PAPER MUST MAINTAIN BAR CODE READABILITY. 24 LB BOND OR EQUAL. NON-ADHESIVE. 2500 CUT SHEETS PER CT. NOTE: REAMS (500 SHEETS). MUST BE INDIVIDUALLY WRAPPED AND PACKED WITH CHIPBOARD TO KEEP SHEETS FLAT. LASER GRAPHIC PAPER. STOCK NUMBER 753000L101758. CLIN - 0005: PAPER, IRRD. WHITE. 8 1/2 X 11". BLANK STOCK W/PERFORATION. FOR PRINTING OF PICK TICKET/IRRD. ROUTINE. RECYCLED NOT ACCEPTABLE. MUSTMEET REFLECTIVITY & OPACITY SPECIFIED IN MIL-STD-1189A. PERFORATED HORIZONTAL AT 5-1/2" LINE. PAPER MUST MAINTAIN BAR CODE READABILITY. 24 LB BOND OR EQUAL. NON-ADHESIVE. 2500 CUT SHEETS PER CT. NOTE: REAMS (500 SHEETS). MUST BE INDIVIDUALLY WRAPPED AND PACKED WITH CHIPBOARD TO KEEP SHEETS FLAT. LASER GRAPHIC PAPER. STOCK NUMBER 753000L101758. SOLICITATION PROVISIONS FAR 52.212-1 Instruction of Offerors-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 (NOV 2011) 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) (NOV 2011) (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) SHIPPING INSTRUCTIONS FOR SB3112 DDYJ (YOKOSUKA, JAPAN) (a) SMALL TO MEDIUM PACKAGES: (1) The preferred method of shipping packages is Priority Mail with return receipt via APO/FPO if the shipment meets U. S. Postal Requirements. General guidelines for FPO addresses are: (i) Packages may not exceed 70 lbs. (ii) May not exceed 130 inches in combined length and girth. (iii) Must be sent via the U. S. Postal System. (iv) Outside markings must include contract number and statement "CONTENTS FOR OFFICIAL USE - EXEMPT FROM CUSTOMS REQUIREMENTS". (v) Include copy of contract on outside of package. (2) Specific instructions and rates for shipments to APO/FPO addresses can be found at the Post Office website at http://postcalc.usps.gov/. (Shipment to an APO/FPO address is a domestic shipment.) MAILING ADDRESS: SB3112 DEF DIST DEPOT YOKOSUKA JAPAN PSC 473 Box 11 FPO AP 96349-0011 (b) LARGER SHIPMENTS: (1) Freight address for shipments over 70 lbs or 130 inches combined length and girth is: DEFENSE DISTRIBUTION SAN JOAQUIN CCP WHSE 30, MARK FOR SB3112 25600 SOUTH CHRISMAN ROAD TRACY CA 95376-5000 (2) Appointments are required for transshipments. The phone number to schedule DDJC CCP deliveries is (209) 839-4306. (3) The outside packaging must include the Transportation Control Number (TCN), contract number and a copy of this order. (c) TRUCKLOAD SHIPMENTS: (1) If a shipment exceeds any of these dimensions: 85" high, 85" wide or 228" long or is likely to fill more than half of a 40 foot Seavan, the shipment may be routed directly to a freight forwarder rather than the Consolidation and Containerization Point. Call the Point of Contact on this order for further information. (2) Without proper markings shipments and payments will be delayed and may be lost. 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) (6) Quotes submitted shall be clearly identified as source selection sensitive and therefore include a statement at the top or bottom of each page as follows: SOURCE SELECTION INFORMATION SEE FAR 2.101 AND 3.104 (7) Do not calculate past the second decimal point of cents. 2. Price quotes must be submitted via one of the following methods by 3:00PM ET, March 1st, 2013: Email to: Michael.Minto@dla.mil ; Attn: Michael Minto or Mail to: Defense Distribution Center, DDC-AB, ATTN: Michael Minto, 2001 Mission Drive Building 404, New Cumberland, PA 17070. PLEASE NOTE: ALTHOUGH NOT REQUIRED, EMAIL IS THE PERFERRED METHOD FOR SUBMISSION OF QUOTES. 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 1-866-606-8220 or via the internet at WWW.SAM.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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-13-Q-0048/listing.html)
 
Place of Performance
Address: Varrious Locations around the world, New Cumberland, Pennsylvania, 17070, United States
Zip Code: 17070
 
Record
SN02989672-W 20130217/130215234631-1e1f80671de3f20fa8ddead8669c6936 (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.