Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2012 FBO #3926
SOLICITATION NOTICE

81 -- Fiberboard Shiiping Containers

Notice Date
8/22/2012
 
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-0052
 
Point of Contact
David R. Gilson, Phone: 7177704496, Meg M Ross, Phone: 717 770-6611
 
E-Mail Address
david.gilson@dla.mil, margaret.ross@dla.mil
(david.gilson@dla.mil, margaret.ross@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The DLA Distribution Warner Robins, Georgia has identified a requirement for the establishment of a contract for the purchase of fiberboard shipping containers constructed complete and in accordance with Air Force Special Packaging Instruction (SPI) numbers. The SPI's are available electronically at Special Packaging Instruction Retrieval and Exchange System (SPIRES) - https://spires.wpafb.af.mil/sindex.cfm. SPIRES is the AF electronic repository for AF and Contractor Supported Weapon System (CSWS)-managed Weapon System specific SPIs. SPIRES facilitates proper packaging of weapon system serviceable and repairable spare parts for the warfighters who prepare cargo for worldwide movement. (Delivery point is FOB Destination). This acquisition is 100% set aside for small business. 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. 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 anticipates 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-0052 will be posted to this site on or around 7 September 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: David Gilson, Contract Specialist, DLA Distribution, Acquisition Operations, J7-AB, J Avenue, Bldg 404, New Cumberland, PA 17070-5001 or via e-mail: david.gilson@dla.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-12-R-0052/listing.html)
 
Place of Performance
Address: Delivery Point:, SW3119, DLA Distribution Warner Robins, GA, 775 Peacekeeper Way, Bldg 351 C-Box Shop, Robins AFB, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN02850630-W 20120824/120823001011-d3e4af31104c9d262eb282385e9ca128 (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.