SOLICITATION NOTICE
81 -- Pallet Covers
- Notice Date
- 8/15/2006
- Notice Type
- Solicitation Notice
- NAICS
- 326112
— Plastics Packaging Film and Sheet (including Laminated) Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, DE, 19902-5639
- ZIP Code
- 19902-5639
- Solicitation Number
- Reference-Number-F1Q3RX6216B100
- Response Due
- 8/21/2006
- Archive Date
- 9/5/2006
- Small Business Set-Aside
- Total Small Business
- Description
- The 436th Contracting Squadron at Dover AFB Delaware intends to award a purchase order under Simplified Acquisition Procedures (SAP) for the purchase of plastic pallet covers for the 436 Aerial Port Squadron. This is a combined synopsis / solicitation for commercial products /services prepared in accordance with the format in FAR Subparts 12.6 and 13.5, 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. The solicitation number is F1Q3RX6216B100 and is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-11 and Defense Acquisition Circular 91-13. This solicitation is 100% SET ASIDE FOR SMALL BUSINESS CONCERNS in accordance with FAR Part 19. The North American Industry Classification System Code (NAICS) is 326112, size standard 500. The contractor shall provide the following supplies: Covers, polyethylene, pallet, cargo for the HCU-6/E (463L) pallet. The customer needs Type I for an outside load dimension of 112 inches long, by 90 inches wide, by 96 inches high. Quantity = 9,000 ( For ease of handling we prefer they be no more than ten to a roll and must be loose on the roll, not perforated, i.e. 900 boxes of 10 ea., etc.). Following is more information: Scope. This description covers three types (sizes) of polyethylene covers (bags) ised in the protective covering of system 463L palletized military airlifted cargo. Classification. Polyethylene covers shall be one of the following types as specified. Type I - Cover, provides coverage for a 96 inch high load on a HCU-6/E pallet. Salient characteristics. 1. Material. Material used to fabricate bags shall be Linear Low Density polyethylene which shall be the copolyrner of ethylene and octene 1 having melt index of 1.0 plus or minus 0.2 g per 10 minutes and a density of 0.920 plus or anus 0.002 g/cc. 2. Water vapor permeability. The water vapor permeability, tested in accordance with ASTM F-3, shall be 0.45 maximum 3. Cover. Bags shall be formed from polyethylene tubing or flat film. The thickness of the film used shall be 0.003 inch. The seams of the formed bag (back and bottom as required) shall be effected either by an electronic seal, thermal impulse or other heat seal methods. All seams shall be straight and continuous and shall be parallel to each other and to the formed edges of the bag. The tensile strength of the formed seams shall be a minimum of 60% of the tensile strength of the film itself. Bottom seams and the side seams if used, shall be positioned along the edges of the bag with the gussets either in closed position or in the open (extended) position. 4. Load dimensions. Load dimensions shall be outside measurements. A polyethylene cover (bag) shall cover loads of the following dimensions: Type Bag Outside load Dimensions Type I 112 inches long, by 90 inches wide, by 96 inches high 5. Cover size. Bag type shall be supplied as specified. Cover dimensions shall be as tollows. Type Bag Dimensions Type I Size 202 +/- 2 inches lay flat width, gussetted to 106 inches face width by 96 inches gusset, by 141 +/- 1 inch long inside measurement 6. Workmanship. The fabricated bag shall be free from cuts, tears creases, cracks or other imperfections which might impair its usefulness. The bag shall be free from dirt, grit or other uncleanness and shall not block to the extent that it cannot be readily handled manually. Regulatory Requirements. The offeror/contractor is encouraged to use recovered materials to the maximum extent practicable, in accordance with paragraph 23.403 of the Federal Acquisition Regulation (FAR). Metric Products. Products manufactured to metric dimensions will be considered on an equal basis with those manufactured using inch-pound units, provided they fall within specified tolerances using conversion tables contained in the latest version of Federal Standard No. 376, and all other requirements of this Commercial Item Description are met. National Stock Number. The following NSN?S have been assigned. Type I 3990?00?930?1480 Please acknowledge all requirements on quotations. Offerors must provide brochures/literature of the items being offered along with their quote. The technical literature submitted needs to clearly communicate the offeror?s understanding and compliance with the minimum requirements as set forth in the RFQ. Discussions may or may not be held with offeror?s; therefore, each offeror?s initial proposal should be complete and accurate. FOB destination is required by the Government. FOB point is Dover AFB, DE. The required delivery date is: As early as possible. Offerors must provide warranty information specific to all equipment. Contractor shall provide all materials, labor, and transportation necessary to provide this commodity. The following provisions and clauses can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In accordance with FAR 52.252-1 (FEB 1998) and FAR 52.252-2 (FEB 1998), the following provisions and clauses are incorporated by reference: 52.212-1 -- Instructions to Offerors -- Commercial Items (Jan 2006). Award will be made to the offeror whose proposal represents the best value to the Government. Best value will be determined based on PRICE, QUALITY, AND DELIVERY. Alternative proposals may be accepted. OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Jun 2006) AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS (JUN 2005) WITH THEIR QUOTE. Contract Terms and Conditions -- Commercial Items. It is tailored as follows: subparagraph c is changed to read: ?Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriations data, etc. which may be changed unilaterally by the Government.? ; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Jun 2006); 52.219-6 -- Notice of Total Small Business Set-Aside (Jun 2003); 52.222-3 -- Convict Labor (Jun 2003); 52.232-33 ? Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003); 52.222-19 ? Child Labor?Cooperation with Authorities and Remedies (Jan 2006); 52.222-21 ? Prohibition of Segregated Facilities (Feb 1999); 52.222-26 -- Equal Opportunity (Apr 2002); 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 -- Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 ? Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 ?Restrictions on Certain Foreign Purchases (Feb 2006); 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Sep 2005); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (Jun 2005); 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003); 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate (Jan 2005) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2006); 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005); 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program (Jun 2006) 252.232-7003 Electronic Submission of Payment Requests (May 2006); 5352.201-9101 Ombudsman (Aug 2005). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov/. On-line registration with the CCR is also available at the Small Business Administration Internet address (www.sbaonline.sba.gov). Confirmation of CCR registration must be obtained before award can be made. Quotes should reference RFQ No. F1Q3RX6216B100 . The POC for this acquisition is Brett Clark (302) 677-5234; Fax (302) 677-5217, E-Mail: Brett.Clark@Dover.af.mil Quotes may be mailed to 436th Contracting Squadron/LGCB, Attn: Brett C. Clark, 639 Atlantic Ave, Dover AFB, DE 19902. Oral Quotes will not be accepted. Responses to this RFQ must be received via fax, e-mail, or postal mail by 21 August 2006, 8:00am EST.
- Place of Performance
- Address: 505 Atlantic Street, Dover AFB, DE
- Zip Code: 19902
- Country: UNITED STATES
- Zip Code: 19902
- Record
- SN01115486-W 20060817/060815221205 (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 |