SOLICITATION NOTICE
39 -- PALLET, MATERIAL HANDLING
- Notice Date
- 9/16/2024 2:25:39 PM
- Notice Type
- Presolicitation
- NAICS
- 321920
— Wood Container and Pallet Manufacturing
- Contracting Office
- DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
- ZIP Code
- 19111-5096
- Solicitation Number
- SPE8EF24R0001
- Response Due
- 10/1/2024 2:30:00 PM
- Archive Date
- 10/16/2024
- Point of Contact
- Teresa Rivera-Cruz, Phone: 2157377274, Maureen Tyler, Phone: 2157376175
- E-Mail Address
-
teresa.rivera@dla.mil, Maureen.Tyler@dla.mil
(teresa.rivera@dla.mil, Maureen.Tyler@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Defense Logistics Agency Troop Support is seeking proposals from interested vendors to participate in the acquisition for pallets utilizing an Indefinite Quantity/Indefinite Delivery Type contract.� Solicitation SPE8EF-24-R-0001 will provide for the furnishing of new wood pallets which fall under Federal Stock Class 3990. � 3990-00-935-7960:� ANSI MH1-2016, Part 9.� P/N MH1/9-02SW4048 3990-00-599-5326:� ANSI MH1-2016, Part 9.� P/N MH1/9-03SW4048 3990-01-041-8803:� ANSI MH1-2016, Part 9.� P/N MH1/9-05SW4048 3990-00-141-7261:� ANSI MH1-2016, Part 9.� P/N MH1/9-10BW4048 These Pallets shall be manufactured in accordance with the standard/specifications available from the Approved American National Standard Institute (ANSI) - MH1-2016, Part 9 Wood Pallets for Department of Defense Use. �Pallets shall be manufactured only to the wood species class specified in Table 9-5 of ANSI MH1-2016 document.� DoD pallets shall also comply with the ISPM 15 requirements as described in Part 3, Section 12, Phytosanitation of Wood Pallets.� The ANSI MH1-2016 document will be included as an attachment to the Solicitation.� � The annual estimated demands and the depot locations shall be listed in the Solicitation under the section entitled Schedule of Supplies/Services.� The National Stock Numbers (NSNs) covered under the Solicitation are: 3990-00-935-7960, 3990-00-599-5326, 3990-01-041-8803 and 3990-00-141-7261. The items shall be submitted in accordance with the Solicitation section titled, �Statement of Work.� �The primary customers will be 14 Defense Distribution Depots located throughout the continental United States.� The anticipated Solicitation (SPE8EF-24-R-0001) date is 10/3/2024 and the anticipated closing date is 11/4/2024.� These dates are subject to change.� The resultant contract will be an Indefinite Quantity/Indefinite Delivery Type contract for a two-year base and three (3) one-year option periods. The estimate for this initiative is $7,082,220.00 million/year with an estimated total cost of $35,411,100.00 million over five years, including options. The Solicitation will be issued as a Total Small Business Set-Aside under FAR Part 12, Commercial Procedures, and will be awarded on a LOWEST PRICED TECHNICALLY ACCEPTABLE (LPTA) basis. DLA intends to make award by depot, and in order to be eligible for award, offerors must submit pricing on all four (4) NSNs per depot to be considered for a particular depot.� The overall offered price for each depot will be calculated by multiplying the annual estimated quantity (AEQ) by the offered unit price for each of the four NSNs, then adding those four figures.� Accordingly, this Solicitation may result in as few as one or as many as 14 separate contracts. The resultant contract will be Fixed Price with Economic Price Adjustments (EPA). The offeror(s) selected for award must be capable of satisfying DLA Direct and Customer Direct orders on a recurring basis within contractual lead times.� The offeror(s) selected for award must be able to support this estimated annual requirement.� DLA�s intent is to ensure that the offeror(s) is capable of and committed to meeting our delivery requirements.� The production lead time for DLA Direct is 30 days ARO and 7 days ARO for Customer Direct. �Delivery is to CONUS customers and stock locations.� The shipping terms will be FOB Destination, and Inspection & Acceptance terms at Destination. �Award will be made to the lowest priced offeror(s) source selection procedures conforming to the terms and conditions of the Solicitation.� In order to be eligible for award, vendors must be registered in the System for Award Management (SAM), https://www.sam.gov/content/home All responsible sources may submit a proposal which shall be considered by the agency. Solicitation will not become available until the solicitation issue date. A copy of the solicitation can be obtained through the DLA Internet Bulletin Board System (DIBBS), https://www.dibbs.bsm.dla.mil/RFP/
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b827d0c8d918410984efdbfb7fca8726/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07212650-F 20240918/240916230116 (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 |