SOLICITATION NOTICE
81 -- Cardboard Boxes
- Notice Date
- 3/10/2020 11:16:05 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 322211
— Corrugated and Solid Fiber Box Manufacturing
- Contracting Office
- W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
- ZIP Code
- 61299-5000
- Solicitation Number
- W52P1J-20-Q-CBOX
- Response Due
- 3/13/2020 1:30:00 PM
- Archive Date
- 03/28/2020
- Point of Contact
- Phillip J. Kantor, Contract Specialist, Phone: 3097821035, Cindy K. Wagoner, Contracting Officer, Phone: 3097820182
- E-Mail Address
-
phillip.j.kantor.civ@mail.mil, cindy.k.wagoner.civ@mail.mil
(phillip.j.kantor.civ@mail.mil, cindy.k.wagoner.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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) using FAR Part 12, Acquisition of Commercial Items; the Solicitation number is W52P1J-20-Q-CBOX.� The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04. This acquisition is set-aside 100% for Small Business. The NAICS code for this procurement is 322211; the small business size standard is 1250 employees. DESCRIPTION OF REQUIREMENT This solicitation is issued for Cardboard Boxes as specified below. The Contract Line Item Number (CLIN) Structure is defined as follows: CLIN 0001, Cardboard Boxes QUANTITY: 3,000 DESCRIPTION: 48x48x17 HSC Triple Wall or 80 ECT Equivalent Cardboard Box. Each shall have a lid of similar construction. +/- 1/8 inch. Each box shall be stamped with either �HSC Triple Wall� or the material for its equivalent. DELIVERY DATE:� Quantity of 750, thirty (30) days after contract award and subsequent deliveries of 750, every thirty days, until complete. Early deliveries are acceptable if at no additional cost to the Government. PACKAGING:� Preservation, Packaging and Packing shall be in accordance with ASTM-D-3951 (Commercial Packaging). DELIVERY: �Delivery is FOB Destination to: Crane Army Ammunition Activity, Bldg 148, 300 HWY 361, Crane, Indiana 47522-5001 INSPECTION/ACCEPTANCE: At Destination by Government TYPE OF ACQUISITION AND CONTRACT This acquisition is set aside 100% for Small Business.� The Army Contracting Command-Rock Island (ACC-RI) intends to award a Firm Fixed Price Contract. In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions.� SCHEDULE and LOCATION The Delivery Date for CLIN 0001 is for a quantity of 750, thirty (30) days after date of award and 750, every thirty days thereafter, until order is complete. Early deliveries are acceptable. Delivery is FOB Destination to Crane Army Ammunition Activity, Building 148, 300 Highway 361, Crane, Indiana 47522-5001.��� SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION Contractors must be registered in the System for Award Management (SAM) database at time of an offer.� The SAM website is https://www.sam.gov QUOTE SUBMISSION REQUIREMENTS When responding to this solicitation, the following shall be submitted for CLIN 0001: (1) Per-Unit and Total Price.� Price shall be limited to 2 decimal places. (2) Company Name/Address/CAGE Code/DUNS number (3) Point of Contact (Name/Title/phone number/email address) � BASIS FOR AWARD Award will be made to the offeror who provides the lowest Price, who is determined to be responsible and who is compliant with all the requirements of this Solicitation. �The Government intends to make an award without discussions.� However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. Award will be made on a Firm Fixed Price basis. DEADLINE FOR QUOTE SUBMISSION Offers are due on Friday, 13 March 2020, not later than 3:30 p.m. Central Time.� Offers shall be submitted in the following way: Electronically via email to the Contract Specialist Phillip.j.kantor.civ@mail.mil and the Contracting Officer cindy.k.wagoner.civ@mail.mil�� Offerors should include��� ����Response to W52P1J-20-Q-CBOX� within the Subject line. QUESTIONS Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and the Contracting Officer. **Note:� Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer to respond.� Questions not received within a reasonable time prior to close of the solicitation may not be considered. CLAUSES The following Federal Acquisition Regulation (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) commercial clauses, apply to this solicitation and are incorporated by reference (clauses may be obtained via the internet at https://www.acquisition.gov): FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.204-19, Incorporation by Reference of Representations and Certifications FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3, Alt I, Offeror Representations and Certifications-Commercial Items Alternate I FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Within FAR 52.212-5, the following optional clauses apply: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-28, Post Award Small Business Program Representation 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 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-50, Combatting Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management End of FAR 52.212-5 Optional Clauses FAR 52.219-6, Notice of Small Business Set Aside (Deviation 2019-O0003) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1, Disputes FAR 52.246-2, Inspection of Supplies � Fixed Price FAR 52.247-34, FOB Destination FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations DFARS 252.225-7001, Buy American and Balance of Payments Program � Basic DFARS 252.225-7002, Qualifying Country Sources As Subcontractors DFARS 252.225-7974, Representation Regarding Persons that have Business Operations with the Maduro Regime (Deviation 2020-O0005) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial Items The following additional clause applies: Crane Army Ammunition Activity Delivery Instructions CAAA receiving hours are Mon � Thurs, 0700 - 1430 BY APPOINTMENT ONLY; Includes Inert & Freight All Kind (FAK); appointments will be made via Carrier Appointment System (CAS). Carriers without access to the CAS System, call (812)854-2199 or (812)854-2339, 48 hours prior to delivery for appointment. Failure to follow the protocol stated herein and/or obtain a scheduled delivery time prior to delivery, may result in the truck being turned away. Crane Army Ammunition Activity Building 148 300 Highway 361 Crane, Indiana 47522 Amendment 01 03 March 2020 The purpose of this amendment is to respond to questions received. Q1: Are there any further specifications on the boxes or possibly a photo of the design? A1: Any additional specifications or attachments will be included to this announcement via amendment. There is nothing additional at this time. Q2: Do the boxes need to be stitched at the joint? A2: No Q3: Do you know the depth of the lid? Does it need to go all the way down to match the 17"" depth on carton? A3: There is no specific depth of the lid but it does not have to go all the way down to match the 17"" carton depth. Amendment 02 04 March 2020 The purpose of this amendment 02 is the following: 1) All questions regarding this solicitation may be submitted up until 09 March 2020, 1:00PM, Central Time. 2) Answers to the following questions: Q4: Dimensions given are 48x48x17, are those ID or OD? Triple wall is pretty thick so will make difference if putting on a standard skid or loading in trailer. A4: Dimensions are ID. Q5: Is 4�x4�x18� accepted? A5: Refer to �Description� under CLIN 0001, Cardboard Boxes. Q6: Are payments going to be made once everything is delivered or in each, every delivery equivalent to the quantity sent. A6: Invoices may be submitted for each delivery based upon quantity accepted Amendment 03 05 March 2020 The purpose of this amendment is to respond to questions received. Q7: Please confirm the depth of the lid? Is the lid another 17"" deep or something other? A7: Refer to Answer for Question #3. Q8: Do the boxes need to be on pallets or are bailed bundles acceptable? A8: Both are acceptable. Q9: Do the lids have to be triple wall? A9: If box is triple wall, then lid is triple wall. If box is 80 ECT equivalent, then lid is that same material. Q10: Lid is �similar construction�. Is triple wall lid required? Again, will add to dimension if triple wall. If not being stacked may not need triple wall. Depends on use. A10: Refer to Answer for Question #9. Amendment 04 10 March 2020 The purpose of this amendment is to respond to questions received. Q11: Is this a new effort or was there a previous contractor that fulfilled similar services in the past?� If the latter, can you provide the Contractor Name, Contract #. A11: This is a new effort. Q12: I know the bid is for the quantity of 750 delivered every 30 days, but we are not able to fit both the HSC and lid at that quantity on one truck. Can we change the quantity to 640? A12: No. The Quantity of 750, every 30 days, remains unchanged.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/410bab9347b144489ca82d7c05180db4/view)
- Place of Performance
- Address: Crane, IN 47522, USA
- Zip Code: 47522
- Country: USA
- Zip Code: 47522
- Record
- SN05584918-F 20200312/200310230200 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |