Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2012 FBO #3948
SOLICITATION NOTICE

81 -- WOOD SPI CONTAINERS AND PALLET FOR DLA DISTRIBUTION WARNER ROBINS, GA - SPI NO. 00-518-6889 - SPI NO. 00-140-2610 - SPI NO. 01-307-0512 - SPI NO. 00-455-3201 - SPI NO. 00-477-5418 - SPI NO. 00-871-8185 - SPI NO. 00-249-8312 - SPI NO. 01-297-2613 - SPI NO. 01-016-2218 - SPI NO. 00-197-1097 - SPI NO. 00-442-0329 - WOOD SHEET METAL PALLET PICTURE - SPI NO. 00-525-9601 - SPI NO. 01-234-8470 - SPI NO. 01-014-5787 - SPI NO. 00-871-8221 - SPI NO. 00-357-2821 - SPI NO. 00-365-4788 - SPI NO. 00-761-6264 - SPI NO. 01-016-2219

Notice Date
9/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
321920 — Wood Container and Pallet 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-Q-5000
 
Archive Date
11/30/2012
 
Point of Contact
Julie A Metzger, Phone: 717 770-6243
 
E-Mail Address
julie.metzger@dla.mil
(julie.metzger@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SPI NO. 01-016-2219 SPI NO. 00-761-6264 SPI NO. 00-365-4788 SPI NO. 00-357-2821 SPI NO. 00-871-8221 SPI NO. 01-014-5787 SP NO. 01-234-8470 SPI NO. 00-525-9601 WOOD SHEET METAL PALLET PICTURE SPI NO. 00-442-0329 SPI NO. 00-197-1097 SPI NO. 01-016-2218 SPI NO. 01-297-2613 SPI NO. 00-249-8312 SPI NO. 00-871-8185 SPI NO. 00-477-5418 SPI NO. 00-455-3201 SPI NO. 01-307-0512 SPI NO. 00-140-2610 SPI NO. 00-518-6889 DLA Distribution Warner Robins, GA (DDWG) has a requirement to purchase wood containers constructed complete and in accordance with Air Force Special Packaging Instruction (SPI) numbers and wood sheet metal pallets. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with 13 of the Federal Acquisition Regulations (FAR) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is SP3300-12-Q-5000. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-60 effective 27 Aug 2012 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 201200906 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2012-48. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This solicitation is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) code for this acquisition is 321920 and the small business size standard is 500 employees. To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at https://www.acquisition.gov This solicitation is being issued as a small business set-aside, which means any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer. Reference clause FAR 52.219-6 Notice of Total Small Business Set-Aside (June 2003). Payment for supplies under this order will be made by the Acquisition Operations Office via the Government Purchase Card (VISA). NOTE: Since all payments under this purchase order will be made via the Government Purchase Card, the Contractor must accept the VISA Credit Card for payment of all supplies ordered under this purchase order. All SPI's are attached. SPI's are also 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 SPI's. SPIRES facilitates proper packaging of weapon system serviceable and repairable spare parts for the warfighters who prepare cargo for worldwide movement. SPECIAL CONDITIONS: 1. Each wood shipping container shall be constructed in accordance with the individual SPI numbers to include all designated part numbers. 2. Each wood shipping container shall be in compliance with the International Standards for Phytosanitary Measures Publication No. 15 (ISPM 15): Guidelines for Regulating Wood Packaging Material in International Trade. 3. All Marking requirements shall be in accordance with Military Standard (MIL-STD) 129. 4. Special Marking Requirements: Each wood shipping container shall have special markings as identified on each individual SPI. 5. Each wood shipping container shall be shipped completely assembled. 6. The Contractor shall submit a sample of each SPI container and pallet within 15 calendar days after date of contract award to the Government Point of Contact (POC) at DLA Distribution Warner Robins for approval. Within 5 calendar days after receipt of the samples, the Government POC shall notify the contractor concerning acceptability of the samples at no cost to the Government. After receipt of Government sample approval, the contractor shall perform deliveries. DELIVERY POINT IS FOB DESTINATION SHIP TO ADDRESS: DLA DISTRIBUTION WARNER ROBINS 775 PEACEKEEPER WAY BLDG. 351 C-BOX SHOP ROBINS AFB, GA 31098 CLIN 0001 - Special Packaging Instruction (SPI) Container constructed complete and in accordance with SPI NO. 00-525-9601, Part Nos. 1-34. Packing Level B. 15 EACH @ tiny_mce_marker______________ EACH = tiny_mce_marker______________ TOTAL CLIN 0002 - Special Packaging Instruction (SPI) Container constructed complete and in accordance with SPI NO. 00-140-2610, Part Nos. 1-5, 8-11 & 14. Packing Level B. 25 EACH @ tiny_mce_marker______________ EACH = tiny_mce_marker______________ TOTAL CLIN 0003 - Special Packaging Instruction (SPI) Container constructed complete and in accordance with SPI NO. 01-014-5787, Part Nos. 1-3, 3A, 4-7, 7A, 7B, 7C, 8, 8A, 9, 9A, 10, 12-15, 17-33. Packing Level B. 25 EACH @ tiny_mce_marker______________ EACH = tiny_mce_marker______________ TOTAL CLIN 0004 - Special Packaging Instruction (SPI) Container constructed complete and in accordance with SPI NO. 00-365-4788, Part Nos. 1, 3-35. Packing Level B. 16 EACH @ tiny_mce_marker______________ EACH = tiny_mce_marker______________ TOTAL CLIN 0005 - Special Packaging Instruction (SPI) Container constructed complete and in accordance with SPI NO. 01-234-8470, Part Nos. 1-9, 14-17, 22 & 24-28. Packing Level B. 25 EACH @ tiny_mce_marker______________ EACH = tiny_mce_marker______________ TOTAL CLIN 0006 - Special Packaging Instruction (SPI) Container constructed complete and in accordance with SPI NO. 00-871-8185, Part Nos. 1-44, 46-53. Packing Level B. 4 EACH @ tiny_mce_marker______________ EACH = tiny_mce_marker______________ TOTAL CLIN 0007 - Special Packaging Instruction (SPI) Container constructed complete and in accordance with SPI NO. 00-871-8221, Part Nos. 1-15, 17-40, 42-47. Packing Level B. 4 EACH @ tiny_mce_marker______________ EACH = tiny_mce_marker______________ TOTAL. CLIN 0008 - Special Packaging Instruction (SPI) Container constructed complete and in accordance with SPI NO. 00-761-6264, Part Nos. 1-34 & 36-39. Packing Level B. 4 EACH @ tiny_mce_marker______________ EACH = tiny_mce_marker______________ TOTAL CLIN 0009 - Special Packaging Instruction (SPI) Container constructed complete and in accordance with SPI NO. 00-249-8312, Part Nos. 1-5, 7, 8, & 11. Packing Level B. 20 EACH @ tiny_mce_marker______________ EACH = tiny_mce_marker______________ TOTAL CLIN 0010 - Special Packaging Instruction (SPI) Container constructed complete and in accordance with SPI NO. 00-518-6889, Part Nos. 1-19, & 23. Packing Level B. 25 EACH @ tiny_mce_marker_____________ EACH = tiny_mce_marker______________ TOTAL CLIN 0011 - Special Packaging Instruction (SPI) Container constructed complete and in accordance with SPI NO. 00-357-2821, Part Nos. 1-11, 13, & 14. Packing Level B. 20 EACH @ tiny_mce_marker______________ EACH = tiny_mce_marker______________ TOTAL CLIN 0012 - Special Packaging Instruction (SPI) Container constructed complete and in accordance with SPI NO. 00-197-1097, Part Nos. 1-8, & 10-12. Packing Level B. 25 EACH @ tiny_mce_marker______________ EACH = tiny_mce_marker______________ TOTAL CLIN 0013 - Special Packaging Instruction (SPI) Container constructed complete and in accordance with SPI NO. 01-297-2613, Part Nos. 1-4, 6, 7, 9-15, 23-28, 31-35, & 41-54. Packing Level B. 20 EACH @ tiny_mce_marker______________ EACH = tiny_mce_marker______________ TOTAL CLIN 0014 - Special Packaging Instruction (SPI) Container constructed complete and in accordance with SPI NO. 01-016-2218, Part Nos. 1-18. Packing Level B. 17 EACH @ tiny_mce_marker______________ EACH = tiny_mce_marker______________ TOTAL CLIN 0015 - Special Packaging Instruction (SPI) Container constructed complete and in accordance with SPI NO. 01-016-2219, Part Nos. 1-18. Packing Level B. 17 EACH @ tiny_mce_marker______________ EACH = tiny_mce_marker______________ TOTAL CLIN 0016 - Special Packaging Instruction (SPI) Container constructed complete and in accordance with SPI NO. 00-455-3201, Part Nos. 1-23. Packing Level B. 4 EACH @ tiny_mce_marker______________ EACH = tiny_mce_marker______________ TOTAL CLIN 0017 - Special Packaging Instruction (SPI) Container constructed complete and in accordance with SPI NO. 00-442-0329, Part Nos. 1-12, 14, 15, 17, 18 & 19 and the container. Packing Level B. 20 EACH @ tiny_mce_marker______________ EACH = tiny_mce_marker______________ TOTAL CLIN 0018 - Special Packaging Instruction (SPI) Container constructed complete and in accordance with SPI NO. 01-307-0512, Part Nos. 1-3, 5, 8-13. Packing Level B. 20 EACH @ tiny_mce_marker______________ EACH = tiny_mce_marker______________ TOTAL CLIN 0019 - Special Packaging Instruction (SPI) Container constructed complete and in accordance with SPI NO. 00-477-5418, Part Nos. 1-48. Packing Level B. 12 EACH @ tiny_mce_marker______________ EACH = tiny_mce_marker______________ TOTAL CLIN 0020 - Sheet Metal Pallet, wood (See attached picture) Dimensions: Container 1 X 8 X 37 1/2 (4 Pieces) 1 X 8 X 153 (2 Pieces) 1 1/2 X 1 1/2 X 49 (2 Pieces) 1 1/2 X 1 1/2 X 153 (2 Pieces) 48 X 96 X 3/8 (Plywood 1 Piece) 48 X 48 (Plywood 1 Piece) SKID: 4 X 6 X 20 (6 Each) Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The following FAR and DFARS clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) products samples, (e) multiple offers and (h) multiple awards. FAR 52.215-5 Facsimile Proposals FAR 52.216-1 Type of Contract The Government contemplates award of a firm-fixed price contract. DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer's decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS-Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number (2) Solicitation number (3) Unit Price and extended prices for all CLIN(S) (4) Desired and Required Time of Delivery is applicable (5) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (6) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR 52-212-2 Evaluation - Commercial Items The Government intends to evaluate quotes in response to this quotation without discussions and will award one firm-fixed price contract to the responsible offeror whose quote represents the total overall lowest price for all CLINS. Therefore to be considered for award, a quote must be provided for all CLINS. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. Addenda to 52.212-4; the following clauses apply: FAR 52.247-34 FOB Destination FAR 252-2 - Clauses Incorporated by Reference This contract incorporates on or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.211-9 - DESIRED AND REQUIRED TIME OF DELIVERY (a) The Government desires delivery to be made according to the following schedule: DESIRED DELIVERY SCHEDULE - All items within 15 days after Government approval of sample containers and pallet. If the offeror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule below. However, the offeror's proposed delivery schedule must not extend the delivery period beyond the time for delivery in the Government's required delivery schedule as follows: REQUIRED DELIVERY SCHEDULE - All items with 30 days after Government approval of sample containers and pallet. Offers that propose delivery of a quantity under such terms or conditions that delivery will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. If the offeror proposes no other delivery schedule, the desired delivery schedule above will apply. OFFEROR'S PROPOSED DELIVERY SCHEDULE: All items with _____ days after date of contract award. (b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed or otherwise furnished to the successful offeror results in a binding contract. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day the award is dated. Therefore, the offeror shall compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of receipt of the contract or notice of award by adding (1) five calendar days for delivery of the award through the ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term "working day" excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date, the offer will be considered nonresponsive and rejected. (End of Clause) FAR 52.232-18 -- Availability of Funds Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (in paragraph (b) the following clauses apply: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of segregated facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.222-40 Notification of Employee Rights Under The National Labor Relation Act FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13 Restriction on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.232-36 Payment by Third Party DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: DFARS 252.203-7000 Requirement Relating to Compensation of Former DoD Officials DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.225-7036 Buy American Act - Free Trade Agreement - Balance of Payments Program DFARS 252.247-7023 Transportation of Supplies by Sea ALT III Clauses Incorporated by Reference: DLAD 52.211-9033 Packaging and Marking Requirements DLAD 52.247-9034 Point of Contact for Transportation Instructions DFARS 252-203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.232-7010 Levies on Contract Patents DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) (a) This clause only applies when wood packaging material (WPM) will be used to make shipments under this contract and/or when WPM is being acquired under this contract. (b) Definition. Wood packaging material (WPM) means wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame and cleats. The definition excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood, particleboard, veneer, and oriented strand board (OSD). (c) All Wood Packaging Material(WPM) used to make shipments under DOD contracts and/or acquired by DOD must meet requirements of International Standards for Phytosanitary Measures (ISPM) 15, "Guidelines for Regulating Wood Packaging Materials in International Trade." DOD shipments inside and outside of the United States must meet ISPM 15 whenever WPM is used to ship DOD cargo. (1) All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT) in accordance with American Lumber Standard Committee, Incorporated (ALSC) Wood Packaging Material Program and WPM Enforcement Regulations (see http://www.alsc.org/). (2) All WPM shall include certification/quality markings in accordance with the ALSC standard. Markings shall be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC approved DUNNAGE stamp. (d) Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The Agency reserves the right to recoup from the Contractor any remediation costs incurred by the Government. (End of Clause) NOTE: The Government is not soliciting for the "same old way" of doing business. The Government encourages proposals that will achieve savings through innovative processes. Furthermore, DLA Distribution personnel are working to eliminate unnecessary requirements and negotiating for a reduction in supplies and services prices. Therefore, your assistance is requested in reducing prices and improving our buying processes. Offerors responding to this announcement shall submit their quotations via FAX to Julie Metzger, 717-770-7244 or e-mail to Julie.Metzger@dla.mil. All quotes must be received by SEPTEMBER 27, 2012 AT 3:30 PM EST to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-12-Q-5000/listing.html)
 
Place of Performance
Address: DLA DISTRIBUTION WARNER ROBIN, 775 PEACEKEEPER WAY, BLDG. 351 C-BOX SHOP, ROBBINS, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN02882516-W 20120915/120914002444-32ec22611776d46ab0a10aa5be777282 (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.