Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2020 SAM #6945
SOLICITATION NOTICE

81 -- DLA Distribution Insulated Thermal Shippers for Cold Chain Storage

Notice Date
12/2/2020 10:54:34 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
322211 — Corrugated and Solid Fiber Box Manufacturing
 
Contracting Office
DLA DISTRIBUTION NEW CUMBERLAND PA 17070-5008 USA
 
ZIP Code
17070-5008
 
Solicitation Number
SP330021Q0004
 
Response Due
12/16/2020 9:00:00 AM
 
Archive Date
06/14/2021
 
Point of Contact
Edward A. Ruud, Phone: 7177708585
 
E-Mail Address
edward.ruud@dla.mil
(edward.ruud@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
NOTICE TO OFFERORS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 � Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this notice per FAR 12.603(c)(2)(i) and in conjunction with the Federal Acquisition Regulations (FAR) Subpart 13.5 Simplified Procedures for Certain Commercial Items.� This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.� This is a Request for Quotations (RFQ) and the RFQ number is SP3300-21-Q-0004. This notice incorporates provisions and clauses in effect ������������������������� REGULATION IDENTIFICATION EFFECTIVE DATE Federal Acquisition Regulations (FAR) 2021-01 02 October 2020 Defense Federal Acquisition Regulation Supplement (DFARS) DFARS Publication Notice (DPN) 20200929 29 September 2020 Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 through PROCLTR 2021-01 15 October 2020 The following FAR, DFARS, and DLAD provisions and clauses apply to this RFQ.� The full text version of these provisions and clauses may be viewed at: FAR https://www.ecfr.gov/cgi-bin/ECFR?SID=efef3c52b917f6248e7b50687672ed94&mc=true&page=browse Select Title 48, Federal Acquisition Regulations System. Chapter 1 is the FAR DFAR https://www.ecfr.gov/cgi-bin/ECFR?SID=efef3c52b917f6248e7b50687672ed94&mc=true&page=browse. Select Title 48, Federal Acquisition Regulations System. Chapter 2 is the DFARS DLAD https://www.dla.mil/HQ/Acquisition/Offers/DLAD.aspx DESCRIPTION OF REQUIREMENT: DLA Distribution Susquehanna PA requires a Firm Fixed Priced (FFP) Requirements contract(s) for commercial off the shelf insulated thermal shipping containers, sizes S, M, L & XL, to support the Cold Chain Packaging Program within Distribution. DLA Distribution. The insulated shippers must meet the requirements of the Commercial Item Description A-A-0059195G dated October 22, 2015 (Attachment 1- CID A-A-0059195G). Shipper sizes are summarized below: SIZE DIMENSIONS (Length x Width x Height (inches)) Outer Container (OD) (+/- 0.375"") Inside Cavity (ID, Below Plug) (+/- 0.188"") Inside Cargo Box Insert (OD) (+/- 0.125"") Small 15.75"" x 12.75"" x 14.25"" 11.0"" x 8.0"" x 7.0"" 10.75"" x 6.50"" x 4.0"" Medium 18.75"" x 12.75"" x 17.25"" 14.0"" x 8.0"" x 10.0"" 12.0"" x 6.5"" x 6.5"" Large 23.25"" x 19.25"" x 19.25"" 18.5"" x 14.50"" x 12"" 16.50"" x 12.0"" x 7.0"" Extra Large 23.25"" x 23"" x 24"" 18.5"" x 18.25"" x 16.75"" 18.0"" x 14.5"" x 12.0"" This RFQ is solicited as a 100% small business set-aside. The North American Industry Classification System (NAICS) code for this project is 322211 and the size standard 1,250 employees respectively. The Federal Supply Code (FSC) is 8145 � Packaging and Packing Bulk Materials. The Product Service Code is 8145- Specialized Shipping and Storage Containers. � �PERIOD OF PERFORMANCE:� The estimated Ordering Period shall be on or about as follows: � Base Year: February 01, 2021 � January 31, 2022 Option Year 1: February 01, 2022 � January 31, 2023 Option Year 2: February 01, 2023 � January 31, 2024 Option Year 3: February 01, 2024 � January 31, 2025 Option Year 4: February 01, 2025 � January 31, 2026 � Pre-Quote Conference for the Thermal Insulated Shipping Containers will be held as follows: � Pre-Quote Teleconference � Thermal Insulated Shipping Containers Teleconference Line:� Provided with Valid Request Access Code: Provided with Telecom # Time (EST) Wednesday December 2, 2020 1030 � 1100 Conference Line will open for roll call and trouble shooting. 1100-1200 Pre-Quote Conference Presentations 1200-1230 Question/Answer Interested offerors / participants must register with the Acquisition Specialist, Mr. Edward Ruud, via e-mail at Edward.ruud@dla.mil NLT Friday, November 30, 2020 at 1300 EST.� The following information shall be provided for prospective offerors / participants representatives attending: Name, company name, e-mail address, and cell phone number. Registered prospective offerors / participants are required to dial-in at least 15 minutes early for the Pre-Quote Teleconference for check-in and registration validation. Conference Call Dial-in Procedures: Registered prospective offerors / participants are advised that only two separate dial-ins are permitted per prospective offeror / participant. �This is to alleviate the traffic burden on the conference line.� Prospective offerors / participants are advised that the Pre-Quote Conference will be held solely for the purpose of explaining the technical requirements and submission expectations. Any changes to the solicitation will only be provided by published written amendments. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of any such amendment shall be applicable.� In no event will failure to attend the pre-quote conference constitute grounds for a claim after contract award. Security clearances are not required. However, pre-registration is required, as described above. 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.� REQUIREMENTS FOR PALLETS: Material must be shipped on serviceable, winged pallets in accordance with MD00100452, Revision C, dated 09/2016.� Please reference the following link for more information: https://www.dla.mil/LandandMaritime/Offers/Services/TechnicalSupport/Logistics/Packaging/Palletization.aspx. The complete specification for winged pallets can be found in Part 9 of ANSI MH1. �The pallet must be heat treated, certified, and stamped or branded with the appropriate certification markings in accordance with DOD Manual 4140.65-M.�� Please reference the DLA Master List of Technical and Quality Requirements for information at this link:�� https://www.dla.mil/HQ/Acquisition/Offers/DLAD/TechnicalandQualityMLofRequirements/Additional information can be found at:� https://www.dla.mil/LandandMaritime/Offers/Services/TechnicalSupport/Logistics/Packaging/WoodPack.aspx. Failure to deliver supplies on pallets with these specifications will result in the Government not accepting the shipment when it arrives at destination. The offeror must quote shipment of supplies in accordance with this requirement. SCHEDULE OF SUPPLIES (Attachment 3 to RFQ):� Offerors shall quote Firm Fixed Unit Prices for all line items shown in Attachment 3- Schedule of Supplies (CLINs X001 through X008). Pricing shall be quoted as FOB Destination, with all shipping, packing and packaging charges included in the Firm Fixed Unit Prices for each item.� Vendors must complete pricing for base year and all four option years. All prices must be rounded to two decimal points. Please pay special attention to FAR 52.212-2 Evaluation � Commercial Items and its addenda. � ESTIMATED QUANTITIES: The quantities shown in the Schedule of Supplies are estimated only.� They represent the Government�s best-known estimate for each line item.� Payment will be made only 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. Contractors must submit an offer for all contract line items (CLINS) to be considered for award. � SINGLE AWARD: The Government intends to award a single contract as a result of this solicitation. The Government will evaluate the total price for all CLINS over the base and four option periods for the lowest priced, technically acceptable offeror. � SAMPLE TESTING PROCEDURES. To evaluate Technical Acceptability, samples of the completed containers for each size shall be tested by the contractor. The samples shall be submitted, together with the contractor�s inspection and test reports, to the Government for examination and testing to determine compliance with the requirements of the specification and Attachment 4- Testing Procedures. PACKING AND MARKING REQUIREMENTS - All products shall be packaged best commercial practice in accordance with ASTM 3951. All shipments must contain proper shipping documentation. Contractor shall attach, in a water resistant envelope, to the exterior shipping container a commercial packing list. All documents must include at a minimum, contract number and document number for the item, stock number, quantity, and unit of issue. Omission of any data on the shipping documentation could cause a delay in receipt of goods and significantly delay payment. � DELIVERY INFORMATION � Delivery Orders: Delivery Orders will be issued by electronic commerce methods such as email. Any contracting officer or ordering officer at DLA Distribution is authorized to place orders against this contract. � Delivery: Government�s target delivery date for all sizes of thermal shippers is 21 days; but requires delivery within 30 calendar days after the date of Contractor receipt of a delivery order. Zones: Delivery Orders will be shipped to destinations in Zones 1 and 2. The destination address will be provided in the individual Delivery Orders placed against this contract. F.O.B. Destination prices included delivery to all destinations within Zones 1 and 2, including delivery to the continental United States (CONUS) Consolidation and Containerization Points (CCP) within the respective zones if the ultimate destination is OCONUS or overseas. Destinations within the zones include, but are not restricted to CONUS Defense Logistics Agency (DLA) Distribution sites. The zones are defined as follows (see Attachment 2- Zones for details): Zone 1: Alabama, Arkansas, Connecticut, Delaware, Florida, Georgia, Illinois, Indiana, Iowa, Kentucky, Louisiana, Maine, Maryland, Massachusetts, Michigan, Minnesota, Mississippi, Missouri, New Hampshire, New Jersey, New York, North Carolina, Ohio, Pennsylvania, Rhode Island, South Carolina, Tennessee, Vermont, Virginia, Washington, D. C., West Virginia, Wisconsin. Zone 2: Arizona, California, Colorado, Idaho, Kansas, Montana, Nebraska, Nevada, New Mexico, North Dakota, Oklahoma, Oregon, South Dakota, Texas, Utah, Washington, Wyoming. MARK CONTRACT NUMBER ON ALL CORRESPONDENCE - The 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 and could result in the return of merchandise at contractor�s expense. � ��� PROOF OF DELIVERY. Acceptable Proof of Delivery documents include: Shipping Documentation; Materials Inspection and Receiving Report (DD250), Bill of Lading, Packing List, Tracking/Delivery Confirmation or Invoice. To ensure prompt payment to your company, the Proof of Deliveries must include the following: CONTRACT NUMBER or ORIGINAL DOCUMENT NUMBER DELIVERY ORDER NUMBER (as applicable) CLIN /MATERIAL NUMBER SPECIFIC QUANTITY SHIPPED IN REFERENCE TO QUANTITY ORDERED PRINTED NAME AND WRITTEN SIGNATURE OF A GOVERNMENT EMPLOYEE Questions shall be submitted by electronic mail to the Acquisition Specialist, Edward Ruud via email at edward.ruud@dla.mil , appropriate subject: SP3300-21-Q-0004 Solicitation Question.� Question(s) must be received by 12:30 p.m. Eastern local time on December 9 2020.� Answers to questions will be posted to the betaSAM.gov website via an amendment to the solicitation. Questions received after that time may not be responded to. � Questions regarding this solicitation and/or the Pre-Quote Conference prior to quote submission may occur for the purpose of clarifying elements of the solicitation. Due to current events, a Pre-Quote Conference will not be held onsite. The Pre-Quote Conference PowerPoint slide deck will be posted to beta.SAM.GOV at a date 23 November 2020. � The Government is not soliciting for the �same old way� of doing business.� The Government encourages quotes that will achieve savings through innovative processes.� Furthermore, DLA Distribution personnel are working to eliminate unnecessary requirements and negotiating for a reduction in supplies/material prices.� Therefore, your assistance is requested in reducing prices and improving our buying processes. LIST OF ATTACHMENTS: Attachment 1 � Commercial Item Description A-A-0059195G Attachment 2 � Zones Attachment 3 � Schedule of Supplies Attachment 4 �Testing Procedures
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/65ff1f5ce5de4c35ae976eeea63026f8/view)
 
Place of Performance
Address: New Cumberland, PA 17070, USA
Zip Code: 17070
Country: USA
 
Record
SN05865038-F 20201204/201202230141 (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 |
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.