SOLICITATION NOTICE
68 -- DRY ICE BPA
- Notice Date
- 3/6/2025 11:16:50 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- DLA MARITIME - NORFOLK PORTSMOUTH VA 23709-5000 USA
- ZIP Code
- 23709-5000
- Solicitation Number
- SPMYM125Q0055
- Response Due
- 3/10/2025 12:00:00 PM
- Archive Date
- 03/25/2025
- Point of Contact
- Sheree McDonnell, Phone: 7573759313, Ginger Beasley, Phone: 7573968109
- E-Mail Address
-
sheree.mcdonnell@dla.mil, ginger.beasley@dla.mil
(sheree.mcdonnell@dla.mil, ginger.beasley@dla.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 information in Federal Acquisition Regulation (FAR) Part 13 using Simplified Acquisition Procedures (SAP). This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation WILL be posted to SAM at https://sam.gov. THE RFQ number is SPMYM125Q0055. This solicitation documents and incorporates provisions and clauses in effect though FAC 2024-02 and the DFARS Change notice 01/22/2024. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this website: https://www.acquisition.gov/. The Defense Logistics Agency (DLA) Maritime Norfolk at Norfolk Naval Shipyard (NNSY), VA requests responses from qualified sources capable of providing dry ice quotes that are identified in the attached Statement of Work (SOW). This solicitation is set-aside for a small business. Subclin 101-Commercial Grade Dry Ice, 3mm (1/8�) High-Density Rice, sold per pound. Subclin 102-Commercial Grade Dry Ice, 1/2� Pellet Carbon Dioxide Dry Ice, sold per pound. Subclin 103-CONTAINER RENTAL Subclin 104-EMERGENCY FEE Important Information: Required Deliver Date (RDD): TBD NAICS 325120. PSC 6830. Shipping term shall be FOB Destination; therefore, quote SHALL include shipping cost. System for Award Management (SAM). Quoting vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://sam.gov/. Evaluation Factors and Required Documents: An award will be made based on lower price technically acceptable. All quotes will be evaluated for both technical acceptability and price reasonableness. Technical Acceptability: Each quote must clearly indicate the capability of the vender to meet all specifications and requirements in the SOW. Vendors must provide a detailed (unpriced) capabilities statement for review and acceptance by the Technical POC. The technical capability portion of the quote should include (if applicable): Lead time for each item Specifications if quoting a �like item� Complete list of supplies per the SOW Price Reasonableness: Each quote must breakdown pricing. This shall be a separate document form the technical capability. Vendors shall provide one of the following upon request from the Government to determine price fair and reasonableness. Two (2) invoices for the same or similar parts sold to customers within the last five years Published price list or catalog Contract numbers for the same or similar items sold to Government agencies Quote Format: To be considered for this opportunity, all quotes shall be: Submitted in either Microsoft Word, Excel spreadsheet, or Adobe PDF. Quote must include price(s), point of contact (name and phone number), business size, CAGE Code, and payment terms Shipping Terms: FOB Destination Quotes shall be valid for a minimum of sixty (60) calendar days Quote Submission and Questions: Submission: Responses to this solicitation are due by 3:00 pm EST on 10 March 2025. Email quotes to sheree.mcdonnell@dla.mil. Questions: Vendors may submit questions regarding clarification of solicitation requirements to Sheree McDonnell by e-mail at sheree.mcdonnell@dla.mil by 10 March 2025 at 3.00 pm EST. Any questions received after this date may not be answered. Provisions and Clauses: The following FAR/DFARS provisions and clauses are applicable to this solicitation: (For full text references, go to https://www.acquisition.gov) 52.202-1 Definitions 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.211-14 Notice Of Priority Rating For National Defense, Emergency 52.212-1 Instructions to Offerors--Commercial Items 52.223-3 Hazardous Material Data Sheet 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.246-1 Contractor Inspection Requirements (Up to SAT) 52.247-34 F.O.B Destination 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 Level 1 Antiterrorism Awareness Training for Contractors 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7019 Notice of NIST SP 800-171 DOD Assessment Requirements 252.209-7004 Subcontracting w/Firms that are owned or controlled by the Gov�t of Terrorist Country 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American & Balance Of Payments Program Basic Nov 2014 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts For Commercial Items (Jun 2013) 252.247-7023 Transportation of Supplies by Sea 52.204-23 Prohibition on Contracting for Hardware & Software, Kaspersky lab 52.204-24 Representation Regarding Certain Telecommunications 52.204-25 Prohibition on Contracting for Certain Telecommunications & Video Surveillance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations Rep. 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.211-15 Defense Priority and Allocation Requirements 52.211-17 Delivery of Excess Quantities 52.212-2 Evaluation Factors of Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical capability of the item offered meets the Government requirement Delivery Price Supplier Performance Risk System (SPRS) and Federal Awardee Performance The relative order of importance of the evaluation factors are in descending order of importance. Technical capability and price when combined are evaluated as being substantially more significant than all other factors combined. 52.212-3 Alt I Offeror Representations and Certifications Commercial items 52.212-4 Contract Terms and Conditions Commercial Items 52.212-5 Contract Terms and Conditions (Specific uses of the Clauses to be X below) X 52.204-10 Reporting Executive Compensation X 52.209-6 Protecting the Government's Interest When Subcontracting X 52.219-6 Notice of Total Small Business X 52.219-28 Post Award Small Business Program Representation X 52.222-3 Convict Labor X 52.222-19 Child Labor X 52.222-21 Prohibition of Segregated Facilities X 52.222-26 Equal Opportunity X 52.222-35 Equal Opportunity for Veterans X 52.222-36 Equal Opportunity for Workers with Disabilities X 52.222-37 Employment Reports on Veterans (Use if using 52.222-35) X 52.222-50 Combating Trafficking in Persons X 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving X 52.225-13 Restrictions on Certain Foreign Purchases X 52.232-33 Payment by Electronic Funds Transfer (SAM) 52.223-18 Encouraging Contractor Polices to Ban Text Messaging While Driving 52.252-1 Solicitation Provisions Incorporated By Reference 52.252-2 Clauses Incorporated by Reference add FAR Clauses: https://www.acquisition.gov/browse/index/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ 252.203-7002 Requirements to inform Employees of WHISTLEBLOWER rights 252.203-7005 Representation Relating To Compensation Of Former Dod Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7020 NIST SP 800-171 DOD Assessment Requirements 252.211-7003 Item unique identification and valuation 252.223-7001 Hazard Warning Labels 252.225-7000 Buy American Act-Balance of Payments Program Certificate 252.225-7021 Trade Agreements 252.225-7036 Buy American--Free Trade Agreement--Balance of Payments 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) (a) Definitions. As used in this clause� �Department of Defense Activity Address Code (DoDAAC)� is a six position code that uniquely identifies a unit, activity, or organization. �Document type� means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). �Local processing office (LPO)� is the office responsible for payment certification when payment certification is done external to the entitlement system. �Payment request� and �receiving report� are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall� (1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the �Web Based Training� link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1) Document type. The Contractor shall submit payment requests using the following document type(s): COMBO (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. (ii) For fixed price line items� (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. ___________N42158_________________________________________________ (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. (iii) For customary progress payments based on costs incurred, submit a progress payment request. (iv) For performance based payments, submit a performance based payment request. (v) For commercial item financing, submit a commercial item financing request. (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC N68732 Issue By DoDAAC SPMYM1 Admin DoDAAC** SPMYM1 Inspect By DoDAAC ____ Ship To Code N42158 Ship From Code ____ Mark For Code N42158 50279811 Service Approver (DoDAAC) ____ Service Acceptor (DoDAAC) N42158 Accept at Other DoDAAC ____ LPO DoDAAC N42158 DCAA Auditor DoDAAC ____ Other DoDAAC(s) 056521 (4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. (5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity�s WAWF point of contact. _________________________________________________________________ �Not applicable.� (2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. (End of clause)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b64a4b3ddd3c4bc999413d0d9c1d2995/view)
- Place of Performance
- Address: Portsmouth, VA 23709, USA
- Zip Code: 23709
- Country: USA
- Zip Code: 23709
- Record
- SN07364021-F 20250308/250307152932 (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 |