Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 12, 2014 FBO #4736
SOLICITATION NOTICE

81 -- Shipping Containers in accordance with American Society for Testing Materials at DLA Distribution Oklahoma City, Oklahoma - RFQ SP330015Q5001 - Attachment 2 Schedule of Supplies or Services - Attachment 1 Statement of Work

Notice Date
11/10/2014
 
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
SP330015M5001
 
Archive Date
2/27/2015
 
Point of Contact
Catherine Doyne, Phone: 7177707390
 
E-Mail Address
catherine.doyne@dla.mil
(catherine.doyne@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachement 1 - Statement of Work (SOW) Attachment 2 - Schedule of Supplies or Services RFQ SP330015Q5001 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 - Streamlines Procedures for Evaluation and Solicitation for Commercial Items in conjunction with 13.5 of the Federal Acquisition Regulations (FAR) - Test Program for Certain Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is SP330015Q5001 (SEE ATTACHED RFQ). 2. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-74 effective 01 November 2014 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20111005 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2015-02. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. 3. This Request for Quotation (RFQ) is being issued to establish a firm-fixed price with Economic Price Adjustment (EPA) Requirements Contract to provide shipping containers fabricated in accordance with the American Society for Testing Materials (ASTMs) as provided in Attachment 1 - Statement of Work (SOW) and Attachment 2 - Schedule of Supplies/Services. These items shall be shipped to Defense Logistics Agency Distribution Oklahoma City, Oklahoma. 4. SHIPPING ADDRESS WILL BE AS FOLLOWS: DODACC ADDRESS SW3211 DLA Distribution Oklahoma City, OK Cen Rec 3301 F Ave Bldg 506 DR 22 Tinker AFB, OK 73145-8000 5. PERIOD OF PERFORMANCE: Date of contract award through one year with two option year periods (base plus two option years). The Government reserves the right to exercise the option years in accordance with 52.217-9 - Option To Extend The Term Of The Contract. 6. Delivery Schedule: The Contractor shall submit a sample of each shipping container within 30 calendar days after the date of the contract award to the Government Point of Contact at DLA Distribution Oklahoma for approval. Within 10 calendar days after receipt of the sample, the Government shall notify the contractor concerning acceptability of the sample. The Government will issue a delivery order to accept and reimburse the Contractor for the acceptance samples. If the sample does not meet the technical compliance of the SPI, the contractor is responsible for correction and re-submittal of the sample at no cost to the Government. If the Contractor cannot provide acceptance samples, the Government reserves the right to terminate the contract award and either issue an award to the next lowest offeror or re-solicit the requirement. The Government desires delivery of the item(s) identified on the delivery order specified in the Attachment 1 - SOW. Each shipping container shall be shipped completely assembled. 7. ESTIMATED QUANTITIES: The quantities shown in the Schedule of Supplies/Services are estimated only. They represent the Government's best-known estimate for each line item. Payment will only be for the actual quantities provided to the Government at the price specified. If the Government requirements do not result in the quantities estimated; such event shall not constitute the basis for an equitable price adjustment under the contract. 8. Contractor prices for the option years (contract line item numbers CLINS 1001 through 2003) shall not include additional costs for materials and burdened labor as defined in DLAD 52.216-9066 Economic Price Adjustment Clause - Market Prices-DLA Distribution (reference starting page 7). Additional costs on CLINS 1001 through 2003 shall only affect the distribution price of the unit price as defined in the Economic Price Adjustment Clause. 9. This RFQ will be awarded on a small business set-aside basis. The North American Industry Classification System (NAICS) code for this project is 321920 and the size standard is 500 employees. 10. Invoicing and Payment will be made via WAWF. Company must accept Wide Area Workflow (WAWF) as payment method in order to be considered for award, if not, your quotation will be considered non-responsive and will not be considered for award. 11. INVOICING AND PAYMENT - Invoicing and Payment will be made via WAWF. See DFAR Clause 252.232-7006 and Clause 252.232-7003 found in the RFQ. Billing shall be made monthly in arrears. 12. Contractor shall type company name, address, and CAGE code exactly as it appears in the DoD System for Award Management (SAM) Database. Company Name: _________________________________ Company Address: _________________________________ _________________________________ _________________________________ Point of Contact _________________________________ Telephone: _________________________________ CAGE Code: _________________________________ 13. SYSTEM FOR AWARD MANAGEMENT - A prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance and through final payment of any contract resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov. 14. MARK CONTRACT NUMBER ON ALL CORRESPONDENCE Contractor must mark the contract or purchase order number on all paperwork and shipments. The order number must appear on the exterior of the shipment. Failure to follow these instructions will hold up payment to you and could result in the return of merchandise at your expense. 15. ALL WOOD SHALL COMPLY WITH THE REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) AS PRESCRIBED IN DLAD 52.247-9012 - REQUIREMENT FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) (REFERENCE PAGE 7). 16. Questions shall be submitted in writing via e-mail to: DLA Distribution Acquisition Operations J7-AB 5404 J Avenue, Building 404 New Cumberland, PA 17070-5059 Email: Catherine.doyne@dla.mil Attachments: Attachment 1 - Statement of Work (SOW) Attachment 2 - Schedule of Supplies/Services
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330015M5001/listing.html)
 
Place of Performance
Address: DLA Distribution Oklahoma City, Cen Rec 3301 F Ave Bldg 506 DR 22, Tinker AFB, Oklahoma, 73145-8000, United States
Zip Code: 73145-8000
 
Record
SN03570252-W 20141112/141110234141-92c05c13ec8b8f02a29830c833f14d05 (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.