Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
SOLICITATION NOTICE

99 -- Wooden Pallets in US and German Dimensions - Wooden Pallets Diagram 1 – English and German Version

Notice Date
3/14/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
321920 — Wood Container and Pallet Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, CSBs, 409th CSB (W564KV) TCC-Kaiserslautern, KO DIRECTORATE OF CONTRACTING UNIT 23156, APO AE, Non-U.S., 09227, Germany
 
ZIP Code
00000
 
Solicitation Number
W564KV-18-Q-PALL
 
Archive Date
3/4/2019
 
Point of Contact
Sonja M. Johnson Wills, Phone: 0611-143-542-6884, Jana Bunch, Phone: +49-143-542-6837
 
E-Mail Address
sonja.m.johnsonwills.civ@mail.mil, jana.j.bunch.civ@mail.mil
(sonja.m.johnsonwills.civ@mail.mil, jana.j.bunch.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Wooden Pallets Dimensions Diagram in English and German COMBINED SYNOPSIS/SOLICITATION for W564KV-18-Q-PALL 1. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a proposal is being requested and a separate written solicitation will not be issued. 2. The Government intends to award a single contract, on a competitive basis, in accordance with FAR 13, Simplified Acquisition Procedures. 3. The Theater Contracting Center hereby issues solicitation number W564KV-18-Q-PALL as a Request for Quote (RFQ). This requirement is for wooden pallets. See the attached drawing for the description. 4. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-96. 5. The NAICS code is 321920 which comprises of establishments primarily engaged in manufacturing wood pallets. The prospective offerors shall be actively registered in the System for Award Management (SAM) at www.sam.gov. 6. Contract Line Items (CLIN): Quotes shall be provided in U.S. Dollars IAW the following CLIN structure: CLIN QTY UNIT OF MEASURE UNIT PRICE TOTAL 0001 Wooden pallets in US size 40" x 48" x 4.96" (1015 mm x 1215 mm x 126 mm) as specified in Attachment 0001. Pallets shall be new from the latest line of production and conform to DIN EN 12249. Material used shall have a residual moisture content of 18%. Top of pallet shall consist of 6 ea wooden boards 48" x 5.31" x 0.66" (1215 mm x 135 mm x 17 mm). Distance in between boards shall be 1.61" (41 mm). Center structure of pallet shall consist of 3 runners with a length of 40 " (1015 mm), width (height when assembled) of 3.54" (90 mm). Each runner shall have two cut outs of 1.25" (90 mm) in depth to accommodate an entry point for pallet jacks. Bottom of runners shall be connected with boards 3.74 " x 48 " (95 mm x 1215 mm). All wooden material to be used shall be heat treated by IPPC standard - ISPM 15. 6,000 Each $ $ 7. QUOTE REQUIREMENTS. Offerors shall submit their proposal directly, via email, to Sonja Johnson Wills at sonja.m.johnsonwills.civ@mail.mil with a copy to Jana Bunch at jana.j.bunch.civ@mail.mil. 8. DELIVERIES: Deliveries will take place on a monthly basis with the first delivery required NLT 10 weeks after receipt of order (ARO). DELIVERY #: QTY: DELIVERY: 1 500 10 Weeks ARO 2 500 1 Month after Delivery #1 3 500 1 Month after Delivery #2 4 500 1 Month after Delivery #3 5 500 1 Month after Delivery #4 6 500 1 Month after Delivery #5 7 500 1 Month after Delivery #6 8 500 1 Month after Delivery #7 9 500 1 Month after Delivery #8 10 500 1 Month after Delivery #9 11 500 1 Month after Delivery #10 12 500 1 Month after Delivery #11 9. DELIVERY TERMS. Delivery terms are FOB Destination. 10. THE FOLLOWING PROVISIONS AND CLAUSES APPLY TO THIS ACQUISITION: The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation - Commercial Items, is applicable to this acquisition. 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, based on price alone. (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) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Addendum to 52.212-4 Contract Terms and Conditions--Commercial Items: In addition to the clauses outlined elsewhere in this solicitation, the following clauses are applicable to this requirement: 52.214-34 Submission of Offers in the English Language 52.214-35 Submission of Offers in U.S. Currency 52.232-40 Providing Accelerated Payments to Small Business subcontractors 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7001 Tax Relief, Alternate 1 The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional clauses are cited in this clause: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-29 Terms for Financing of Purchases of Commercial Items 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels The following Defense Federal Acquisition Regulation Supplement (DFARS) Commercial Clauses apply to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.223-7008 Restriction on Acquisition of Specialty Metals 252.225-7031 Secondary Arab Boycott of Israel 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 525.247-7023 Transportation of Supplies by Sea 252.232-7006 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). ___Combo_____________________________________________________ (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. ___SB3551 ____________________________________________________ (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 W564KV Admin DoDAAC W564KV Inspect By DoDAAC SB3551 Ship To Code SB3551 Ship From Code Not applicable Mark For Code Not applicable DCAA Auditor DoDAAC Not applicable (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. _sonja.m.johnsonwills.civ@mail.mil__________________________________________ _jana.j.bunch.civ@mail.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. __________________________________________ (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 11. The closing date and time for receipt of quotes is as follows: Closing Date: 30 March 2018 Closing Time: 0800 hours Central Time 12. Offers shall be sent electronically to Army Contracting Command - 409th Contracting Support Brigade/Theater Contracting Center at the following email addresses: Ms. Sonja Johnson Wills Sonja.m.johnsonwills.civ@mail.mil Ms. Jana Bunch Jana.j.bunch.civ@mail.mil 13. It is requested that all questions/comments regarding this solicitation be submitted in writing. Questions should be directed to Ms. Sonja Johnson Wills, Contract Specialist, via email at Sonja.m.johnsonwills.civ@mail.mil, and to Ms. Jana Bunch, Contracting Officer, at jana.j.bunch.civ@mail.mil. 14. Attachment: Diagram 1 - English and German Version
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8c67db7c5cab22f56d2ad4e47700059f)
 
Place of Performance
Address: Freight On Board Destination, Germany
 
Record
SN04855072-W 20180316/180314231935-8c67db7c5cab22f56d2ad4e47700059f (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.