This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with 13 of the Federal Acquisition Regulations (FAR) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is SP3300-15-Q-0048
This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-80 effective 02 Mar 2015 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20150226 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2015-08. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil.
This acquisition is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) code for this acquisition is 322211 and the small business size standard is 500 employees.
Payment will be made by Defense Finance and Account Service (DFAS). Contractor shall submit invoice(s) through Wide Area Workflow (WAWF) in accordance with DFARS 252.232-7006 Wide Area Workflow Payment Instructions.
NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database IAW FAR 52.212-1(k) and DFARS 204.1103. Registration may be done on line at: www.sam.gov.
This solicitation is being issued as a small business set-aside, which means any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer. Reference clause FAR 52.219-6 Notice of Total Small Business Set-Aside.
SCHEDULE OF SUPPLIES
CLIN 0001 - BOX, SHIPPING, TRIPLE WALL, WEATHER RESISTANT. STYLE A REGULAR SLOTTED CARTON (RSC).SIZE: 23 INCH LONG X 23 INCH WIDE X 23 INCH DEEP(inside Dimensions). MATERIAL: FIBERBOARD, TYPE: CF, GRADE 1100. Box joint: Box Joints must be stapled. RECYCLED CONTENT: 40% POST-CONSUMER MATERIAL. ASTM D5168 AND CURRENT CHANGES APPLY. KNOCKE DOWN IN BUNDLES. THREE (3) EACH PER BUNDLE. Stock Number 8115005798407.
200 BUNDLES @ $______________ PER BUNDLE = $______________ TOTAL
CLIN 0002 - BOX, SHIPPING, TRIPLE WALL, WEATHER RESISTANT. REGULAR SLOTTED CARTON (RSC). SIZE: 43 INCH LONG X 18.5 INCH WIDE X 13 INCH DEEP (INSIDE DIMENSIONS). MATERIAL: FIBERBOARD, TYPE: CF, GRADE 1100. BOX JOINT: BOX JOINTS MUST BE STAPLED. RECYCLED CONTENT: 40% POST CONSUMER MATERIAL. ASTM D5168 AND CURRENT CHANGES APPLY. KNOCKED DOWN IN BUNDLES. THREE (3) EACH PER BUNDLE. stock Number 8115006169154.
75 BUNDLES @ $______________ PER BUNDLE = $______________ TOTAL
CLIN 0003 - BOX, SHIPPING, TRIPLE WALL, WEATHER RESISTANT. STYLE A REGULAR SLOTTED CARTON (RSC). SIZE: 24 INCH LONG X 24 INCH WIDE X 14.75 INCH DEEP (inside Dimensions). MATERIAL: FIBERBOARD, TYPE CF, GRADE 1100. Box Joints: Box Joints must be stapled. RECYCLED CONTENT: 40% POST-CONSUMER MATERIAL. ASTM D5168 AND CURRENT CHANGES APPLY. KNOCKED DOWN IN BUNDLES THREE (3) EACH PER BUNDLE. Stock Number 8115006169151.
150 BUNDLES @ $______________ PER BUNDLE = $______________ TOTAL
CLIN 0004 - Box, Shipping. Single Wall, Weather resistant. Size: 22.625 Inch Long x 10 Inch wide x 16 Inch Deep. Style: Regular Slotted (RSC). Type: Corrugated Fiberboard (CF). Grade: W5C. Bursting Strength: 275 LB PSI. ASTM D5118 and current changes Apply. 15 each per bundle. Stock Number 8115001904865.
300 BUNDLES @ $______________ PER BUNDLE = $______________ TOTAL
CLIN 0005 - BOX, SHIPPING, TRIPLE WALL, WEATHER RESISTANT. STYLE A REGULAR SLOTTED CARTON (RSC). SIZE: 21 INCH LONG X 19 INCH WIDE X 14.75 INCH DEEP (Inside Dimensions). MATERIAL: FIBERBOARD. TYPE CF, GRADE 1100. Box Joints: Joints Must be stapled. Recycled Content: 40% POST-CONSUMER MATERIAL. ASTM D5168 AND CURRENT CHANGES APPLY. KNOCKED DOWN IN BUNDLES. FOUR (4) EACH PER BUNDLE. Stock Number 8115006169150..
200 BUNDLES @ $______________ PER BUNDLE = $______________ TOTAL
SHIP TO:
DLA DISTRIBUTION SUSQUEHANNA
BASE SUPPLY BLDG. 50 BAY 1
2001 NORMANDY DRIVE
NEW CUMBERLAND, PA 17070
NOTE: ALL PRICE MUST BE ROUNDED TO TWO DECIMAL POINTS.
CONTRACTOR SHALL IDENTIFY THE SMALL BUSINESS MANUFACTURER(S) FOR THE PRODUCTS PROPOSED ON THE ABOVE CLINS:
_____________________________________________________________________
NOTE: REQUEST MANUFACTURER PRINT STOCK NUMBER AND UNIT PACK ON EACH PALLET.
ALL DELIVERY POINTS ARE FOB DESTINATION
Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449.
The following FAR, DFARS and DLAD provisions apply to this acquisition:
FAR 52.212-1- INSTRUCTIONS TO OFFERS - COMMERCIAL ITEMS (APR 2014)
Addenda to FAR 52.212-1; the following paragraphs are hereby deleted from this provision (d) products samples, (e) multiple offers (h) multiple awards, and (i) availability of requirements documents cited in solicitation.
Addenda to FAR 52.212-1; the following provisions apply and are incorporated by reference:
FAR 52.204-7 System for Award Management
FAR 52.222-22 Previous Contracts and Compliance Reports
FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications
Addenda to FAR 52.212-1; the following provisions apply and are incorporated in full text:
FAR 52.215-5 -- Facsimile Proposals (OCT 1997)
(a) Definition.
Facsimile proposal, as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine.
(b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals.
(c) The telephone number of receiving facsimile equipment is: 717-770-7244.
(d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document --
(1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal;
(2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and
(3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer.
(e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal.
(End of Provision)
FAR 52.216-1 Type of Contract (APR 1984)
The Government contemplates award of a firm-fixed price contract.
(End of Provision)
FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil
(End of Provision)
DLAD 52.233-9000 Agency Protests (SEP 1999)
Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer's decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer.
(End of Provision)
DLAD 52.233-9001 Disputes: Agreement to use Alternative Dispute Resolution (ADR) (JUN 2001)
(a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute.
(b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate.
(c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer.
(End of Provision)
OFFER SUBMISSION INSTRUCTIONS-Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award.
1. Quotations may be submitted in contractor format and shall include:
(1) Company name, address, telephone number, e-mail address, and FAX number
(2) Solicitation number
(3) Completed Schedule of Supplies/Services with a Unit Price and extended prices for all CLIN(S) 0001 through 0007
(4) Desired and Required Time of Delivery is applicable
(5) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code
(6) Name of the Small Business Manufacturer(s)
(7) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation)
2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at www.sam.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award.
FAR 52-212-2 Evaluation - Commercial Items (APR 2014) The Government intends to evaluate quotes in response to this quotation without discussions and will award one firm-fixed price contract to the responsible offeror whose quote represents the total overall lowest price for all items. Therefore to be considered for award, a quote must be provided for all items.
FAR 52.212-4 Contract Terms and Conditions-Commercial Items (DEC 2014). Addenda to 52.212-4; the following clauses apply and are incorporated by reference:
FAR 52.204-13 System for Award management Maintenance
FAR 52.204-19 Incorporation by Reference of Representations and Certifications
FAR 52.232-39 Unenforceability of Unauthorized Obligations
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors
FAR 52.247-34 FOB Destination
FAR 52.253-1 Computer Generated Forms
DFARS 252-203-7002 Requirement to Inform Employees of Whistleblower Rights
DFARS 252.204-7003 Control of Government Personnel Work Product
DFARS 252.204-7004 Alternate A, System for Award Management
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors
DFARS 252.225-7048 Export-Controlled Items
DLAD 52.211-9033 Packaging and Marking Requirements
DLAD 52.232-9010 Accelerated Payments to Small Business
DLAD 52.247-9012 Requirements for Treatment of Wood Packaging Material (WPM)
DLAD 52.247-9034 Point of Contact for Transportation Instuctions
Addenda to FAR 52.212-4; the following clauses apply and are incorporated in full text:
52.211-9 - DESIRED AND REQUIRED TIME OF DELIVERY (JUN 1997)
(a) The Government desires delivery to be made according to the following schedule:
DESIRED DELIVERY SCHEDULE - All items within 14 days.
If the offeror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule below. However, the offeror's proposed delivery schedule must not extend the delivery period beyond the time for delivery in the Government's required delivery schedule as follows:
REQUIRED DELIVERY SCHEDULE - All items with 21 days.
Offers that propose delivery of a quantity under such terms or conditions that delivery will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. If the offeror proposes no other delivery schedule, the desired delivery schedule above will apply.
OFFEROR'S PROPOSED DELIVERY SCHEDULE: All items with _____ days after date of contract award.
(b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed or otherwise furnished to the successful offeror results in a binding contract. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day the award is dated. Therefore, the offeror shall compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of receipt of the contract or notice of award by adding (1) five calendar days for delivery of the award through the ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term "working day" excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date, the offer will be considered nonresponsive and rejected.
(End of Clause)
52.211-16-VARIATION IN QUANTITY (APR 1984)
(a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) below.
(b) The permissible variation shall be limited to:
10 Percent increase
10 Percent decrease
This increase or decrease shall apply to the total quantity of each CLIN.
(End of Clause)
FAR 52.252-2 - Clauses Incorporated by Reference (FEB 1998)
This contract incorporates on or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil.
DFARS 252.232-9006 - Wide Area Workflow Payment Instructions (MAY 2013)
(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.
(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by 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.acquisition.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 must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:
(1) Document type. The Contractor shall use the following document type(s).
Invoice
Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.)
(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.
N/A
(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 SL4701
Issue By DoDAAC SP3300
Admin DoDAAC SP3300
Inspect By DoDAAC N/A
Ship To Code SB3300
Ship From Code N/A
Mark For Code N/A
Service Approver (DoDAAC) N/A
Service Acceptor (DoDAAC) N/A
Accept at Other DoDAAC N/A
LPO DoDAAC N/A
DCAA Auditor DoDAAC N/A
Other DoDAAC(s) N/A
(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.
(5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system.
[email protected]
________________________________________________________________
(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) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.
(End of clause)
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (MAR 2015) (in paragraph (b) the following clauses apply:
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.219-6 Notice of Total Small Business Set-Aside
FAR 52.219-28 Post Award Small Business Program Rerepresentation
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 52.222-35 Equal Opportunity for Veterans
FAR 52.222-36 Affirmative Action for Workers with Disabilities
FAR 52.222-37 Employment Reports on Veterans
FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving
FAR 52.225-13 Restriction on Certain Foreign Purchases
FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management
FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels
DLAD252.212-9002 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2014). The following additional clauses/provisions apply:
DFARS 252.203-7000 Requirement Relating to Compensation of Former DoD Officials
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information
DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors
DFARS 252.215-7007 Notice of Intent to Resolicit
DFARS252.218-7008 Only One Offer
DFARS 252.223-7008 Prohibition of Hexavalent Chromium
DFARS 252.225-7012 Preference for Certain Domestic Commodities
DFARS 252.225-7036 Buy American Act - Free Trade Agreement - Balance of Payments Program
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.244-7000 Subcontracts for Commercial Items
DFARS 252.247-7023 Transportation of Supplies by Sea
Offerors responding to this announcement shall submit their quotations via FAX to Julie Metzger, 717-770-7244 or e-mail to [email protected]. All quotes must be received by APRIL 3, 2015 AT 3:30 PM EST to be considered for award.