SOLICITATION NOTICE
55 -- Wood Boxes and Pallets - Attachment(s)/Exhibit(s)
- Notice Date
- 11/16/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 321920
— Wood Container and Pallet Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
- ZIP Code
- 61299-8000
- Solicitation Number
- W52P1J-17-T-NB02
- Archive Date
- 12/8/2016
- Point of Contact
- Nicholas J. Brown, Phone: 3097827252
- E-Mail Address
-
nicholas.j.brown91.civ@mail.mil
(nicholas.j.brown91.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Exhibit 0001 - CDRL A001 Attachment 0003 - Technical Data Package Attachment 0002 - Commercial Clauses Addendum Attachment 0001 - Commercial Clauses This is a combined synopsis/solicitation for a commercial item 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; a written solicitation will not be issued. This synopsis/solicitation is issued using Simplified Acquisition Procedures pursuant to FAR Part 12.603, Streamlined Solicitation for Commercial Items. The Army Contracting Command - Rock Island hereby issues a combined synopsis/solicitation Request for Quote (RFQ) W52P1J-16-T-NB02 for the procurement of the following: CLIN 0001: Wood Box (Nailed), Quantity - 1,278 each, Unit Price - $25.00 each, 01X970318:3XUS9, Cleated plywood, Style A, Type 3, Class 2, Size 14 7/16 X 13 7/16 X 15 1/2. In accordance with (IAW) SPEC P36-1-300 and ASTM D6251. OSB Not Permitted. After Heat treating, each box and pallet must be stamped with an approved heat treat stamp. The Boxes will be stamped on opposite sides. Approximate size of heat treat stamps: 3.75 inches by 2 inches tall. Lids will be stamped on the smooth side and palletized separately. Boxes shipped 27 per pallet. Preservative stamps shall appear on bottom of the box and on same side of lid as the heat treat stamp. End Item M8 Smoke Pot. CLIN 0002: Pallet, Quantity - 71 each, 009357826, PALLET, material handling, hardwood, post construction, 4-way entry, Type 1, Class 1, Style 1, Size 40" L X 48" W. except the gap between deck boards at center of pallet shall be 1 inch minimum, 1.5 inch maximum, and the gap shall be located at the center of the pallet +1/2 to accommodate strapping. Preservative treated per 3.2.2 and Heat treat 3.2.1.2 IAW Mil-Dtl-15011K and mark per ISPM No. 15 Marking shall be placed on outside of center post in letters 1 inch height. Preservative and Heat Treated with heat treat stamp on opposite corners of open ends per P36-1-300 and MIL DTL 15011. Approximate heat treat stamp size 2.5 inches wide by 1.25 inches tall. All stamps must be neat and legible. End Item M8 Smoke Pot CLIN 0003: Pallet (For Box Lids), Quantity - 2 each, 009357826, PALLET, material handling, hardwood, post construction, 4-way entry, Type 1, Class 1, Style 1, Size 40" L X 48" W. except the gap between deck boards at center of pallet shall be 1 inch minimum, 1.5 inch maximum, and the gap shall be located at the center of the pallet +1/2 to accommodate strapping. Preservative treated per 3.2.2 and Heat treat 3.2.1.2 IAW Mil-Dtl-15011K and mark per ISPM No. 15 Marking shall be placed on outside of center post in letters 1 inch height. Preservative and Heat Treated with heat treat stamp on opposite corners of open ends per P36-1-300 and MIL DTL 15011. Approximate heat treat stamp size 2.5 inches wide by 1.25 inches tall. All stamps must be neat and legible. End Item M8 Smoke Pot CLIN 0004: Contract Data Requirements List (CDRL) A001, Please supply certification as described in the CDRL A001 for each lot submitted to Pine Bluff Arsenal. First Article Tests (FAT) are required in accordance with (IAW) FAR 52.209-4 (See Attachment 0002 - Commercial Clause Addendum) This requirement is issued as a 100% Small Business Set Aside with size standard for small business of 500 employees. The applicable NAICS code is 321920. Inspection and Acceptance is Destination. FOB point is Destination to Pine Bluff Arsenal. The result of this synopsis/solicitation will be a Firm Fixed Price (FFP) contract for Wood Boxes and Pallets with a 100% evaluated option (See Attachment 0002 - Commercial Clause Addendum). DELIVERY: Delivery of FAT is due 30 after date of contract award IAW FAR 52.209-4 (See Attachment 0002 - Commercial Clause Addendum). Delivery of full quantity is due 90 days after FAT approval (AFATA). Delivery shall be sent FOB Destination to following address: US Army, Pine Bluff Arsenal Central Shipping Receiving Point (CSRP) Bldg 53-990, 506th Street Pine Bluff, AR 71602 This contract is a rated order under Defense Priorities and Allocations System (DPAS) (15 CFR 700) with an assigned rating of DO-A6. The Technical Data Package (TDP) is Distribution A, and is available via Attachment 0002. For Delivery orders issued against the contract resulting from this combined synopsis/solicitation, the payment will be made by DFAS, via Wide Area Workflow (WAWF). List of Attachments: Attachment 0001 - Commercial Clauses Attachment 0002 - Commercial Clause Addendum Attachment 0003 - Technical Data Package (TDP) List of Exhibits: Exhibit 0001 - Contract Data Requirements List (CDRL) A001 dated 27 May 2016 The solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89, dated 01 Nov 2016.The following FAR provisions apply to this procurement: FAR Clause 52.212-1, Instructions to Offerors Commercial Items applies to this acquisition, with below addendum Notice to Offerors to the provision. FAR Clause 52.212-2, Evaluation- Commercial Items applies to the acquisition. The evaluation factor will be Price. The offeror with the lowest total evaluated price will receive the award. FAR Clause 52.212-3 with its Alternate I paragraphs (c) through (o), Offeror Representations and Certifications Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition, with below addendum Notice to Offerors to the provision. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Within this clause, the following additional FAR clauses as cited are applicable to this acquisition: FAR Clause 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). FAR Clause 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). FAR Clause 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). FAR Clause 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). FAR Clause 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). FAR Clause 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)). FAR Clause 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). FAR Clause 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). FAR Clause 52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)). FAR Clause 52.222-3, Convict Labor (June 2003) (E.O. 11755). FAR Clause 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 3126). FAR Clause 52.222-21, Prohibition of Segregated Facilities (Feb 1999). FAR Clause 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). FAR Clause 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). FAR Clause 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). FAR Clause 52.222-37, Employment Reports on Veterans (Oct 2015) (38 U.S.C. 4212). FAR Clause 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). FAR Clause 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). FAR Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O.13513). FAR Clause 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). FAR Clause 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR Clause 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). FAR Clause 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Offeror price quotation will remain valid for sixty (60) days. Quotations are due no later than 12:00pm Central Time, 23 October 2016. Quotations should include a completed copy of this combined synopsis/solicitation and Commercial Clause Addendums, and shall be provided ONLY by email to Mr. Nicholas Brown at Nicholas.j.brown91.civ@mail.mil. Clearly identify the Solicitation Number and company point of contact (email and phone number) on your submittal. Government POC is Mr. Nicholas Brown, CCRC-IS, 309-782-7252 or Ms. Emily Kundel, CCRC-IS, 309-782-7905.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3be57ae527e5d6e859b40fa4fc88e042)
- Record
- SN04329106-W 20161118/161116234216-3be57ae527e5d6e859b40fa4fc88e042 (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 |