Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2015 FBO #5055
SOLICITATION NOTICE

81 -- FIVE THOUSAND (5,000) CORRUGATED CARDBOARD BOXES

Notice Date
9/24/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
322211 — Corrugated and Solid Fiber Box Manufacturing
 
Contracting Office
ACC-RSA-LEAD - (SPS), ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg, PA 17201-4152
 
ZIP Code
17201-4152
 
Solicitation Number
W911N215Q0315
 
Response Due
10/2/2015
 
Archive Date
11/23/2015
 
Point of Contact
Kevin Duffy, 717 267-8938
 
E-Mail Address
ACC-RSA-LEAD - (SPS)
(kevin.duffy4@us.army.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; proposals are being requested and a written solicitation will not be issued. This is a Request for Quotation (RFQ) W911N2-15-Q-0315 for the purchase of Corrugated Cardboard Boxes commensurate with the following specifications and as attached in Attachment 1. This solicitation is a 100% Small Business Set Aside. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price; technically acceptable. The North American Industry Classification System (NAICS) code is 322211. The SB size standard for this code is 500 Employees. The following are required: CLIN 0001 - Size 30 x 30 x 30 (1000 EA) Double wall* (1/4 inch thick), seams are glued, open along the length, 140 pounds maximum weight per box, and can withstand 500 pounds/square inch of side wall pressure before bursting. No color preference. Name brand or equal to Uline S-4366. CLIN 0002 - Size 36 x 36 x 36 (1000 EA) Double wall*, seams are glued, open along the length, 140 pounds maximum weight per box, withstand 500 pounds/square inch of side wall pressure before bursting. No color preference. Name Brand or equal to Uline S-4193. CLIN 0003 - Size 24 x 18 x 24 (1000 EA) Double wall*, seams are glued, open along the length, 140 pounds maximum weight per box, and can withstand 500 pounds/square inch of side wall pressure before bursting. No color preference. Name Brand or equal to Uline S-4960. CLIN 0004 - Size 48 x 40 x 36 (2000 EA) Double wall*, without a lid, fold top only, seams are glued, open along the length, 140 pounds maximum weight per box, and can withstand 500 pounds/square inch of side wall pressure before bursting. No color preference. Name Brand or equal to Uline S-4812. *All the boxes must be at least double walled, single walled is not acceptable. All items shall be delivered to Letterkenny Army Depot, Chambersburg, PA 17201. P rovision at FAR 52.212-1, Instruction to Offerors Commercial Items (APE 2014) applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.o.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Offerors shall electronically complete FAR 52.212-3 Offeror Representation and Certification- Commercial Items at www.sam.gov. FAR 52.204-7 System for Award Management (JUL 2013) FAR 52.204-13 System for Award Management Maintenance (JUL 2013) FAR 52.204-16 Commercial and Government Entity Code Reporting (NOV 2014) FAR 52.204-17 Ownership of Control of Offeror (NOV 2014) FAR 52.204-18 Commercial and Government Entity Code Maintenance (NOV 2014 FAR 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014 FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.212-1 Instructions to Offerors -- Commercial Items (APR 2014); FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (MAR 2015) ALT 1; FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2015); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2015) (DEVIATION) FAR 52.219-6 Notice of Small Business Set Aside (NOV 2011) FAR 52.219-28 Post-Award Small Business Program Representation (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 (APR 2015); FAR 52.222-26 Equal Opportunity (APR 2015); FAR 52.222-35 Equal Opportunity for Veterans (JUL 2014) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUL 2014) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015); FAR 52.223-15 Energy Efficiency in Energy-Consuming Products (DEC 2007) FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (AUG 2011); FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) (31 U.S.C. 3332); FAR 52.233-3 Protest after Award (AUG 1996); FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.243-1 Changes - Fixed Price (AUG 1987) FAR 52.247-34 F.o.b Destination (NOV 1991); FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998); FAR 52.252-5 Authorized Deviations in Provisions (APR 1984); FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013); DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011); DFARS 252.204-7004 Alternate A, System for Award Management (FEB 2014); DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013); DFARS 252.225 252.225-7001 Buy American and Balance of Payments Program (NOV 2014); DFARS 252.232-7003 Electronic Submission of Payment Requests (JUN 2012); DFARS 252.232-7006 Wide Area Workflow Payment Instructions ( MAY 2013); DFARS 252.243-7001 Pricing Of Contract Modifications (DEC 1991); DFARS 252.247-7023 Transportation of Supplies by Sea (APR 2014) Facsimile and email offers will be accepted. Point of contact for this solicitation is Kevin Duffy, 717-267-8938, FAX: 717-267-9834, e-mail kevin.a.duffy4.civ@mail.mil. IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management (SAM) to be eligible for award; 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted in writing to the Point of Contact as indicated in this announcement; 5) Contractors who respond directly to ASFI will not be considered responsive; 6) The closing period for questions is 30 SEP 2015, 10:00 A.M Eastern Standard Time, questions received after this time and date will be answered at the sole discretion of the Government; 7) Response Time - Request for Quotation will be accepted at Letterkenny Army Depot, Chambersburg, PA 17201 not later than 10:00 A.M. Eastern Daylight Time on 02 OCT 2015. All quotes must be marked with RFQ number and title and accompanied with a signed/dated copy of this combined synopsis/solicitation and all amendments. Email quotes will be accepted. Electronic funds transfer (EFT) is the method of payment. This can be established through Wide Area Work Flow (WAWF). 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) ADENDUM TO FAR 52.212-2 Technical acceptability shall be based on compliance with the required technical components identified in Attachment I. Offerors must provide sufficient information and detail to demonstrate the services offered are commensurate with the requirements listed in Attachment I. All offers that do not clearly establish technical acceptance in compliance with the above will be removed from further consideration. (End of clause) L2. AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO), or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in Federal Acquisition Regulation 33.103. Send protests (other than protests to the contracting officer) to: Protest to HQ, AMC shall be filed at: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-level protest procedures are found at: www.amc.army.mil/amc/command_counsel/protestlink.htm If internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. Attachment 1 LETTERKENNY MUNITIONS CENTER PURCHASE DESCRIPTION FOR CORRUGATED CARDBOARD BOXES 1. REQUIREMENTS: Letterkenny Munitions Center (LEMC) uses corrugated cardboard boxes to contain, handle and demilitarize small missile materials and ammunition without the opportunity or the ability to reuse the corrugated cardboard boxes. The corrugated cardboard boxes must be double walled and able to hold at least the weights listed in the specifications below. Therefore LEMC has the requirement for different sizes of corrugated cardboard boxes with the following measurements and specifications: 1.1 SPECIFICATIONS: 1.1.1 Size 30 x 30 x 30 (1000 Each) 1.1.1.1 Double wall (1/4 inch thick), seams are glued, open along the length, 140 pounds maximum weight per box, and can withstand 500 pounds/square inch of side wall pressure before bursting. No color preference. Brand name or equal to Uline S-4366. 1.1.2 Size 36 x 36 x 36 (1000 Each) 1.1.2.1 Double wall, seams are glued, open along the length, 140 pounds maximum weight per box, and can withstand 500 pounds/square inch of side wall pressure before bursting. No color preference. Brand name or equal to Uline S-4193. 1.1.3 Size 24 x 18 x 24 (1000 Each) 1.1.3.1 Double wall, seams are glued, open along the length, 140 pounds maximum weight per box, and can withstand 500 pounds/square inch of side wall pressure before bursting. No color preference. Brand name or equal to Uline S-4960. 1.1.4 Size 48 x 40 x 36 (2000 Each) 1.1.4.1 Double wall, without a lid, fold top only, seams are glued, open along the length, 140 pounds maximum weight per box, and can withstand 500 pounds/square inch of side wall pressure before bursting. No color preference. Brand name or equal to Uline S-4812. 1.1.5 All the boxes must be at least double walled, single walled is not acceptable. 2. PRESERVATION, PACKAGING AND DELIVERY: The contractor shall utilize standard commercial methods for preservation and packaging appropriate for the corrugated cardboard boxes. As a minimum, all areas susceptible to damage from exposure to the elements shall be preserved and/or packed to prevent damage. The contractor shall be responsible for ensuring the corrugated cardboard boxes are delivered to Letterkenny Munitions Center, Building 3315 in good condition, Monday through Thursday, excluding Government/Federal holidays, between the hours of 0700-1500. 3. SECURITY, SAFETY, AND FIRE PREVENTION: The contractor shall comply with LEAD P 385-4, Requirements for security, Safety, and Fire Prevention for Contractors Performing deliveries to Letterkenny Munitions Center. 4. FINAL ACCEPTANCE: Final acceptance shall be contingent upon successful completion of all requirements of this purchase description. 5. POINT of CONTACT: Will be provided at time of award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/00c012a84235b93b627274449064091b)
 
Place of Performance
Address: ACC-RSA-LEAD - (SPS) ATTN: CCAM-ALK, 1 Overcash Avenue, Bldg 2 Chambersburg PA
Zip Code: 17201-4152
 
Record
SN03901900-W 20150926/150924235516-00c012a84235b93b627274449064091b (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.