Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2014 FBO #4675
SOLICITATION NOTICE

81 -- Weapon Shipping Boxes - RFQ Solicitation Attachments

Notice Date
9/10/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
322212 — Folding Paperboard 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
SP3300-14-Q-0127
 
Archive Date
9/30/2014
 
Point of Contact
Michael R. Smith, Phone: 717.770.4281, Christopher C. Rowe, Phone: 7177707133
 
E-Mail Address
michael.r.smith@dla.mil, christopher.rowe@dla.mil
(michael.r.smith@dla.mil, christopher.rowe@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Additional Provisions and Clauses for vendor to reference. Special Packaging Instruction for vendors to see specific materials and demensions of carbboard container products to be prduced. Price sheet for vendors to enter required information. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR part 13, Simplified Acquisition Procedures, 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. The solicitation number is SP3300-14-Q-0127 and is being issued as a Request for Quote (RFQ). This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-76 effective 25 August 2014 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20140828effective 28 August 2014, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5, PROCLTR 2014-76, 22 August 2014. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This acquisition is a 100% set-aside for small business concerns, the NAICS code applicable to this acquisition is 322212, and the small business size standard is 750 employees. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The DLA Distribution Anniston, AL (DDAA) has identified a requirement for the purchase of Weapons containers in accordance with (IAW) the manufacturing specifications included in Special Packaging Instruction attached to this solicitation as Attachment 2 - SPI AM9390000. The successful vendor shall provide these requested supply items in accordance with Attachment 2- SPI AM9390000. This document contains the equipment description, minimum salient characteristics, points of contact, and delivery address, to respond to the requirement with a quote. Vendors shall use Attachment 1 - Price Quote Sheet to present FOB destination pricing and other requested information. Small business manufacturers, authorized small business re-sellers, and all other responsible small business vendors may provide a quote. The non-manufacturer rule does apply to this acquisition, and as such, small business distributors/re-sellers must quote the product of another small business per the SBA NAICS and size standard listed above; 750 employees. Order Delivery Point: SB3540- DLA Distribution, Anniston, AL Attn: Reginald Wills SB3540 DLA DISTRIBUTION ANNISTON REGION SUPPLY OFFICER 256-235-6218 7 FRANKFORD AVE BLDG 362 ANNISTON AL 36201-4199 US The Government seeks to award of a firm-fixed priced, purchase order, for the items listed below: __________________ CLIN 0001 - Quantity - 9,000. BOX SHIPPING SET WITH INSERTS IN ACCORDANCE WITH ATTACHED SPI NO. AM9390000. ONLY FIGURES 1,2, AND 3 TO BE PROVIDED. FIGURES 1 AND 2 PER STEP 4, PARAGRAPH D. FIGURE 1 SHALL BE 9 1/2 INCHES LONG X 3 3/8 INCHES WIDE X 2 3/4 INCHES DEEP AS SHOWN. FIGURE 2 SHALL BE 9 1/2 INCH LONG X 3 3/8 INCH WIDE X 1 3/8 INCHES DEEP. FIGURE 3 SHALL BE PROVIDED AS IN STEP 5 PARAGRAPH E. FIGURE 3 SHALL BE 32 INCHES LONG X 9 1/2 INCHES WIDE X 3 1/2 INCHES DEEP INSIDE DIMENSIONS. STOCK NUMBER 8115N00001660 Quote information is sought and should be forwarded from interested offerors per instructions listed below in FAR 52.212-1 Instructions to Offerors. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database IAW FAR 52.212-1(k) and DFARS 204.1103. Registration may be done online at: www.sam.gov. Wide Area Work Flow : As of October 15, 2012, DLA Distribution Acquisition Operations began using the Department of Defense Wide Area WorkFlow (WAWF) Receipt and Acceptance system to process invoice and acceptance documents. WAWF is a free, paperless application, which eliminates time and expenses of mail processing. It is also a secure method of invoicing. With on-line validation, contractors can monitor acceptance and payment documents for accuracy, which means fewer rejected invoices and fewer delayed payments. The WAWF website is at https://wawf.eb.mil/. The web site contains instructions for registration and use, including how contractors submit invoices via WAWF. NOTE : Purchase Order resulting from this contract will NOT contain the option to pay invoices via the Government Purchase Card. The Contractor is expected to establish a Wide Area Work Flow (WAWF) account for vendor invoicing of all supplies ordered. (See DFARS Clauses in Attachment 3, [252.232-7003 & 252.232-7006] for information.) The following FAR clauses apply to this acquisition: FAR 52.212-4 Contractor Terms and Conditions - Commercial Items (May 2014) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders - Commercial Items (Jul 2014) (in paragraph (a) the following clauses apply): FAR 52.222-50 Combating Trafficking in Persons (Feb 2009) (in paragraph (b) the following clauses apply): FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (May 2012) FAR 52.219-6 Notice of Total Small Business Set Aside (Nov 2011) FAR 52.219-13 Notice of Set-Aside of Orders (Nov 2011) FAR 52.219-28 Post-Award Small Business Program Rerepresentation (Jul 2013) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jan 2014) 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 (Jul 2014) FAR 52.223-18 Encouraging Contractor Policies on Ban Text Messaging while Driving (Aug 2011) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Jul 2013) (in paragraph (c) the following clauses apply): none (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) 52.219-8, Utilization of Small Business Concerns, in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (May 2014) 52.222-17, Nondisplacement of Qualified Workers. Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (May 2014) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (Jul 2014) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (Jul 2014) 52.222-17, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act. (Dec 2010) Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. 52.222-41, Service Contract Labor Standards (May 2014) 52.222-50, Combating Trafficking in Persons (Feb 2009) ___ Alternate I of 52.222-50 (Aug 2007) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) 52.222-54, Employment Eligibility Verification. (Aug 2013) 52.225-26, Contractors Performing Private Security Functions Outside the United States 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (May 2014) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels. Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (Feb 2006) (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items (Apr 2014) Addenda to 52.212-1; the following paragraphs are deleted from this provision: (e) multiple quotes, (h) multiple awards, and (i) availability of requirements documents cited in the solicitation. List of Attachments to this Solicitation: Attachment 1 - Price Quote Sheet Attachment 2 - SPI AM9390000 Attachment 3 - Additional Clauses and Provisions QUOTE 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. Vendors must submit descriptive literature that clearly indicates the product being offered meets the minimum requirements/salient characteristics/specifications listed in Attachment 2. "Descriptive literature" for this solicitation means catalog cuts, illustrations, drawings, pictures, brochures, or a web address that contains applicable product information. Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product being offered. This information will be used to determine technical acceptability. 2. Contractor should respond using Attachment 1 - Price Quote Sheet, providing an FOB Destination price quote with one singular total, the number of days required after receipt of order (ARO) for full delivery, along with the required information in number 1 above, to the contract specialist at: Michael.r.smith@dla.mil. (If necessary) Physcial Address: DLA Distribution Contracting, J7-AB, Attention Michael R. Smith, 5404 J Avenue, New Cumberland PA 17070-5059. 3. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items with its quote (see Attachment 3) or may indicate completion of the representations and certifications on the internet at https://www.sam.gov. Failure to include the certifications along with the price quote or to complete the certifications on the internet may result in elimination from consideration for award. Contractors are advised that any and all questions concerning this solicitation must be sent in writing to the Contracting Office at DLA Distribution, New Cumberland, PA, via email to michael.r.smith@dla.mil or faxed to 717-770-5689, Attn: Michael R. Smith. All quotes must be received by TUESDAY, SEPTEMBER 16, 2014 AT 11:00 AM EDT, in New Cumberland, PA, to be considered for award. (End of Provision) FAR 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) (a) The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed price purchase order to the lowest price technically acceptable offeror. Therefore to be considered for award, offerors are required to submit descriptive literature that clearly indicates the product offered meets the minimum requirements/salient characteristics/specifications listed in Attachment 2. This information will be used to determine technical acceptability. Technical information shall be evaluated on a pass/fail basis. Any offeror who has been determined acceptable (pass) on their technical information will then have its quote evaluated for lowest price. In the event of equal price quotes among vendors, the most favorable delivery days ARO will be used to select an awardee. Offerors must be determined to be responsible according to the standards of FAR Part 9 to be eligible for award. (b) Options - There are no options on this procurement (c) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. (May 2014) For the full text version of this Provision, please see Attachment 3. _ _ _ _ _ _ OFFERORS-- PLEASE REFERENCE ATTACHMENT 3 -ADDITIONAL CLAUSES AND PROVISIONS, FOR A LIST OF ADDITIONAL APPLICABLE CLAUSES & PROVISIONS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-14-Q-0127/listing.html)
 
Place of Performance
Address: DLA DISTRIBUTION ANNISTON, REGION SUPPLY OFFICER 256-235-6218, 7 FRANKFORD AVE BLDG 362, Anniston, Alabama, 36201, United States
Zip Code: 36201
 
Record
SN03504729-W 20140912/140910235531-cb6b3fff4925451478b13b4c3ac55160 (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.