Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 22, 2015 FBO #4807
SOLICITATION NOTICE

81 -- TRIPLE WALL WEATHER RESISTAND SHIPPING BOXES FOR DLA DISTRIBUTION SUSQUEHANNA NEW CUMBERLAND, PA

Notice Date
1/20/2015
 
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
SP3300-15-Q-0025
 
Archive Date
2/28/2015
 
Point of Contact
Julie A Metzger, Phone: 717 770-6243
 
E-Mail Address
julie.metzger@dla.mil
(julie.metzger@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NOTICE TO SUPPLERS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with 13 of the Federal Acquisition Regulations (FAR) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is SP3300-15-Q-0025 This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-78 effective 26 Dec 2014 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20150115 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2015-07. 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 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) code for this acquisition is 322211 and the small business size standard is 500 employees. Payment will be made by Defense Finance and Account Service (DFAS). Contractor shall submit invoice(s) through Wide Area Workflow (WAWF) in accordance with DFARS 252.232-7006 Wide Area Workflow Payment Instructions. 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 on line at: www.sam.gov. This solicitation is being issued as a small business set-aside, which means any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer. Reference clause FAR 52.219-6 Notice of Total Small Business Set-Aside. SCHEDULE OF SUPPLIES CLIN 0001 -BOX, SHIPPING, TRIPLE WALL, WEATHER RESISTANT. STYLE A REGULAR SLOTTED CARTON (RSC).SIZE: 17 INCH LONG X 15 INCH WIDE X 10.5 INCHDEEP (INSIDE DIMENSIONS). MATERIAL: FIBERBOARD, TYPE: CF, GRADE 1100, BOX JOINT: BOX JOINTS MUST BE STAPLED. RECYCLE CONTENT 40%POST CONSUMER MATERIAL. ASTM D5168 AND CURRENT CHANGES APPLY. KNOCKED DOWN IN BUNDLES. NINE (9) EACH PER BUNDLE. Stock Number8115006169153. 75 BUNDLES @ $______________ PER BUNDLE = $______________ TOTAL CLIN 0002 - BOX, SHIPPING, TRIPLE WALL, WEATHER RESISTANT. STYLE A REGULAR SLOTTED CARTON (RSC).SIZE: 22 INCH LONG X 22 INCH WIDE X 11 INCH DEEP(Inside Dimensions). MATERIAL: FIBERBOARD, TYPE CF, GRADE 1100. Box Joint: Box Joints must be stapled. Recycle Content: 40%POST-CONSUMER MATERIAL. ASTM D5168 AND CURRENT CHANGES APPLY. KNOCKED DOWN IN BUNDLES. FOUR (4) EACH PER BUNDLE. Stock Number8115005798406. 35 BUNDLES @ $______________ PER BUNDLE = $______________ TOTAL CLIN 0003 - BOX, SHIPPING, TRIPLE WALL, WEATHER RESISTANT. STYLE A REGULAR SLOTTED CARTON (RSC). SIZE: 21 INCH LONG X 19 INCH WIDE X 14.75 INCHDEEP (Inside Dimensions). MATERIAL: FIBERBOARD. TYPE CF, GRADE 1100. Box Joints: Joints Must be stapled. Recycled Content: 40%POST-CONSUMER MATERIAL. ASTM D5168 AND CURRENT CHANGES APPLY. KNOCKED DOWN IN BUNDLES. FOUR (4) EACH PER BUNDLE. Stock Number8115006169150. 76 BUNDLES @ $______________ PER BUNDLE = $______________ TOTAL CLIN 0004 - BOX, SHIPPING, TRIPLE WALL, WEATHER RESISTANT. STYLE A REGULAR SLOTTED CARTON (RSC).SIZE: 24 INCH LONG X 11.5 INCH WIDE X 11.75 INCHDEEP (INSIDE DIMENSIONS). MATERIAL: FIBERBOARD. TYPE CF, GRADE 1100. BOX JOINTS: BOX JOINTS MUST BE STAPLED. RECYCLED CONTENT: 40%POST-CONSUMER MATERIAL. ASTM D5168 AND CURRENT CHANGES APPLY. KNOCKED DOWN IN BUNDLES. THREE (3) EACH PER BUNDLE. Stock Number8115006169148. 150 BUNDLES @ $______________ PER BUNDLE = $______________ TOTAL CLIN 0005 - BOX, SHIPPING.TRIPLE WALL, WEATHER RESISTANT. HALF SLOTTED CARTON (HSC)WITH DETACHABLE COVER. SIZE: 47.5 INCH LONG X 39.5 INCH WIDEX 18 INCH DEEP (INSIDE DIMENSIONS). MATERIAL: FIBERBOARD, TYPE CF, CLASSWEATHER RESISTANT, GRADE: 1100. BOX JOINT: BOX JOINTS MUSTBE STAPLED. COVER DEPTH: 6 INCHES. COVER IS TO BE CONSTRUCTED OF V11C600 POUND DOUBLE WALL FIBERBOARD. TYPE III. RECYCLE CONTENT:40% POST-CONSUMER MATERIAL. ASTM D5168 AND CURRENT CHANGES APPLY. 60 BUNDLES @ $______________ PER BUNDLE = $______________ TOTAL CLIN 0006 - BOX, SHIPPING, TRIPLE WALL, WEATHER RESISTANT. REGULAR SLOTTED CARTON (RSC). SIZE: 43 INCH LONG X 18.5 INCH WIDE X 13 INCH DEEP(INSIDE DIMENSIONS). MATERIAL: FIBERBOARD, TYPE: CF, GRADE 1100. BOX JOINT: BOX JOINTS MUST BE STAPLED. RECYCLED CONTENT: 40% POSTCONSUMER MATERIAL. ASTM D5168 AND CURRENT CHANGES APPLY. KNOCKED DOWN IN BUNDLES. THREE (3) EACH PER BUNDLE. stock Number8115006169154. 28 BUNDLES @ $______________ PER BUNDLE = $______________ TOTAL CLIN 0007 - BOX, SHIPPING, TRIPLE WALL, WEATHER RESISTANT. STYLE A REGULAR SLOTTED CARTON (RSC).SIZE: 23 INCH LONG X 23 INCH WIDE X 23 INCH DEEP(inside Dimensions). MATERIAL: FIBERBOARD, TYPE: CF, GRADE 1100. Box joint: Box Joints must be stapled. RECYCLED CONTENT: 40%POST-CONSUMER MATERIAL. ASTM D5168 AND CURRENT CHANGES APPLY. KNOCKE DOWN IN BUNDLES. THREE (3) EACH PER BUNDLE. Stock Number8115005798407. 65 BUNDLES @ $______________ PER BUNDLE = $______________TOTAL NOTE: ALL PRICE MUST BE ROUNDED TO TWO DECIMAL POINTS. CONTRACTOR SHALL IDENTIFY THE SMALL BUSINESS MANUFACTURER(S) FOR THE PRODUCTS PROPOSED ON THE ABOVE CLINS: _____________________________________________________________________ NOTE: REQUEST MANUFACTURER PRINT STOCK NUMBER AND UNIT PACK ON EACH PALLET. ALL DELIVERY POINTS ARE FOB DESTINATION Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The following FAR, DFARS and DLAD provisions apply to this acquisition: FAR 52.212-1- INSTRUCTIONS TO OFFERS - COMMERCIAL ITEMS Addenda to FAR 52.212-1; the following paragraphs are hereby deleted from this provision (d) products samples, (e) multiple offers (h) multiple awards, and (i) availability of requirements documents cited in solicitation. Addenda to FAR 52.212-1; the following provisions apply and are incorporated by reference: FAR 52.204-7 System for Award Management FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications Addenda to FAR 52.212-1; the following provisions apply and are incorporated in full text: FAR 52.215-5 -- Facsimile Proposals (a) Definition. Facsimile proposal, as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: 717-770-7244. (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document -- (1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal. (End of Provision) FAR 52.216-1 Type of Contract The Government contemplates award of a firm-fixed price contract. (End of Provision) FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Provision) DLAD 52.233-9000 Agency Protests 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) (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) Completed Schedule of Supplies/Services with a Unit Price and extended prices for all CLIN(S) 0001 through 0007 (4) Desired and Required Time of Delivery is applicable (5) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (6) Name of the Small Business Manufacturer(s) (7) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at www.sam.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR 52-212-2 Evaluation - Commercial Items The Government intends to evaluate quotes in response to this quotation without discussions and will award one firm-fixed price contract to the responsible offeror whose quote represents the total overall lowest price for all items. Therefore to be considered for award, a quote must be provided for all items. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. Addenda to 52.212-4; the following clauses apply and are incorporated by reference: FAR 52.204-13 System for Award management Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.247-34 FOB Destination FAR 52.253-1 Computer Generated Forms DFARS 252-203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, System for Award Management DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.225-7048 Export-Controlled Items DLAD 52.211-9033 Packaging and Marking Requirements DLAD 52.232-9010 Accelerated Payments to Small Business DLAD 52.247-9012 Requirements for Treatment of Wood Packaging Material (WPM) DLAD 52.247-9034 Point of Contact for Transportation Instuctions Addenda to FAR 52.212-4; the following clauses apply and are incorporated in full text: 52.211-9 - DESIRED AND REQUIRED TIME OF DELIVERY (a) The Government desires delivery to be made according to the following schedule: DESIRED DELIVERY SCHEDULE - All items within 14 days. 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. 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) 52.211-16-VARIATION IN QUANTITY (APR 1984) (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) below. (b) The permissible variation shall be limited to: 10 Percent increase 10 Percent decrease This increase or decrease shall apply to the total quantity of each CLIN. (End of Clause) FAR 52.252-2 - Clauses Incorporated by Reference This contract incorporates on 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 address: http://farsite.hill.af.mil. DFARS 252.232-9006 - Wide Area Workflow Payment Instructions (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. N/A (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC SL4701 Issue By DoDAAC SP3300 Admin DoDAAC SP3300 Inspect By DoDAAC N/A Ship To Code SB3300 Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) N/A Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Julie.Metzger@dla.mil ________________________________________________________________ (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact - Not Applicable. (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (in paragraph (b) the following clauses apply: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of segregated facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13 Restriction on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels DLAD252.212-9002 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: DFARS 252.203-7000 Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.215-7007 Notice of Intent to Resolicit DFARS252.218-7008 Only One Offer DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.225-7036 Buy American Act - Free Trade Agreement - Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea Offerors responding to this announcement shall submit their quotations via FAX to Julie Metzger, 717-770-7244 or e-mail to Julie.Metzger@dla.mil. All quotes must be received by JANUARY30, 2015 AT 3:30 PM EST to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-15-Q-0025/listing.html)
 
Place of Performance
Address: DLA DISTRIBUTION SUSQUEHANNA, 2001 NORMANDY DRIVE, BLDG 50 BAY 1, NEW CUMBERLAND, Pennsylvania, 17070, United States
Zip Code: 17070
 
Record
SN03620027-W 20150122/150120234430-cfaa9e081f376170544bb34c0cc2c444 (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.