SOLICITATION NOTICE
81 -- Laminated paperboard shipping boxes for DLA Distribution San Joaquin CA and DLA Distribution Susquehanna PA
- Notice Date
- 7/2/2012
- Notice Type
- Presolicitation
- NAICS
- 322211
— Corrugated and Solid Fiber 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
- SP3300-12-R-0040
- 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 one year definite quantity, definite delivery contract to provide eleven (11) different sizes of laminated paperboard shipping containers. The composite of a laminated paperboard shipping box consists of two preformed U-shaped laminated paperboard profiles that interlock to form a shipping container that is specifically designed for a long and narrow products. Dimension measurements include leg height, base, width, wall caliper, and overall length. Additionally, some of packaging requires wood plugs to close off the ends. The items will be shipped quarterly to DLA Distribution San Joaquin, California and DLA Distribution Susquehanna, Pennsylvania (Delivery point is FOB Destination). This acquisition is unrestricted. The North American Industry Classification System (NAICS) code for this project is 322211 and the size standard is 500 employees. The acquisition will be conducted in accordance with FAR Subpart 15 Contracting by Negotiation in conjunction with FAR Part 12 - Acquisition of Commercial items. This acquisition is subject to the availability of funds. To receive awards, your company must be registered in the DoD Central Contractor Registration (CCR) database. Contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http:// www.ccr.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. Therefore to be considered for award, a proposal must be provided for all CLINs. Award will be made 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://service.ariba.com/Supplier.aw 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 SP3300-12-R-0040 will be posted to this site on or around 18 July 2012. 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/SP3300-12-R-0040/listing.html)
- Place of Performance
- Address: DLA Distribution San Joaquin California, San Joaquin, CA and, DLA Distribution Susquehanna Pennsylvania, Mechanicsburg, PA, United States
- Record
- SN02792397-W 20120704/120702235439-366991294bb60f4c85d47acea326d883 (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 |