Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 10, 2015 FBO #4977
SOLICITATION NOTICE

81 -- Insulated Thermal Shipping Containers

Notice Date
7/8/2015
 
Notice Type
Presolicitation
 
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
SP3300-15-R-5010
 
Archive Date
7/18/2015
 
Point of Contact
Catherine Doyne, Phone: 7177707390
 
E-Mail Address
catherine.doyne@dla.mil
(catherine.doyne@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
The Defense Logistics Agency (DLA) Distribution New Cumberland, PA has a requirement to establish a base year and four (4) one-year option periods requirement contract for insulated thermal shipping containers, sizes S, M, L, & XL, to support the Cold Chain Packaging Program within DLA Distribution. The DLA Distribution utilizes four (4) different sizes of insulated thermal shipping containers to provide safe transportation/shipment of temperature-sensitive medical products requiring refrigerated or freeze environment. These items shall be manufactured in accordance with Commercial Item Description (CID) A-A-0059195D dated 25 March 2015. All items will require bid sample, and specific areas of evaluation will be listed in the solicitation (First Article Testing as shown in paragraph 5.4 in the CID will not apply to this acquisition). All delivery locations will be CONUS (all OCONUS delivery locations will utilize CONUS consolidated shipping points). Delivery point is FOB Destination. Shown below are the descriptions of the items: a) Insulated Thermal Shipping Container (small) -IAW CID AA-0059195D dated 25 Mar 2015. Outside Dimensions: 15.5 inch length X 12 inch wide X 14 inch height. Cargo Space (Inside): 10.75 inch length X 6.5 inch wide X 4 inch height 4.12 lbs, 2 inch insulation thickness. Estimated Annual Quantity: 4,320 Each. Material No: N00001440. b) Insulated Thermal Shipping Container (medium) -IAW CID AA-0059195D dated 25 Mar 2015. Outside Dimensions: 18 inch length X 12 inch wide X 18 inch height Cargo Space (Inside): 12 inch length X 6.5 inch wide X 6.5 inch height 5.74 lbs, 2 inch insulation thickness. Estimated Annual Quantity: 4,450 Each. Material No: N00001441 c) Insulated Thermal Shipping Container (large) IAW CID AA-0059195D dated 25 Mar 2015. Outside Dimensions: 22.5 inch length X 19 inch wide X 17.5 inch height Cargo Space (Inside): 16.5 inch length X 12 inch wide X 7 inch height 9.86 lbs, 2 inch insulation thickness. Estimated Annual Quantity: 6,060 Each. Material No: N00001442. d) Insulated Thermal Shipping Container (xlarge) -IAW CID AA-0059195D dated 25 Mar 2015. Outside Dimensions: 24 inch length X 24 inch wide X 24 inch height. Cargo Space (Inside): 18 inch length X 14.5 inch wide X 12 inch height 15.08 lbs, 2 inch insulation thickness. Estimated Annual Quantity: 9,580 Each. Material No: N00001443. This acquisition will be issued on a 100% small business set-aside. The North American Industry Classification System (NAICS) code for this project is 322212 and the size standard is 750 employees. Limitations on Subcontracting FAR 52.219-14 will apply to this requirement. The acquisition will be conducted in accordance with FAR Subpart 15 Contracting by Negotiation in conjunction with FAR Part 12 - Acquisition of Commercial items. A prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance and through final payment of any contract resulting from the solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov. The Government intends to award one firm-fixed price contract as a result of this Request for Proposal (RFP) to the responsible offeror using total overall lowest price technically acceptable source selection procedures in accordance with FAR 15.101-2, as supplemented. Award will be made on all or none basis to the technically acceptable offeror with the lowest evaluated cost or price, who is deemed responsible in accordance with the FAR, and whose proposal conforms to the solicitation requirements. The Government intends to award without discussions, therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer and anticipate using reverse auctioning techniques if determined to be in the best interest of the Government during discussions. The solicitation includes provision 52.215-9023, Reverse Auction. Since a reverse auction may be conducted, offerors are encouraged to access the Ariba system and review the Reverse Auction tutorials at https://dla.procurexinc.com/_theme/dla/Pages/default.aspx to learn how to participate in an auction. It is recommended that any interested parties register at the website for updates, as the Government will post any documents or amendments related to this procurement at the Federal Business Opportunity Website. It is anticipated that RFP SP3300-15-R-5010 will be posted to this site on or around 17 July 2015. Amendments to the solicitation will also be posted to this site. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under this RFP. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the proposal due date. Failure to acknowledge amendments may render your proposal ineligible for award. All responsible offerors will be required to submit their offers, with current pricing, Cage Code, Dun and Bradstreet Number, Federal ID Number, Company name, Address, Phone Number, Facsimile Number, Email Address, and Point of Contact to: Catherine Doyne, Contract Specialist, DLA Distribution, Acquisition Operations, J7-AB, J Avenue, Bldg 404, New Cumberland, PA 17070-5001 or via fax: 717-770-5689 or e-mail: Catherine.doyne@dla.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-15-R-5010/listing.html)
 
Record
SN03790169-W 20150710/150708235929-226d8c3f285ac65f47bd2b53411a50b0 (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.