Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2007 FBO #1903
SOLICITATION NOTICE

81 -- WOOD DECKING AND WOOD BOX

Notice Date
2/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
321920 — Wood Container and Pallet Manufacturing
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SP3100-07-R-0008
 
Response Due
2/20/2007
 
Archive Date
3/31/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The Defense Distribution Center, New Cumberland, PA has a requirement for wooden crates used for packaging S-280 shelters to be delivered to the Defense Distribution Depot Tobyhanna, PA (DDTP) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Proposals (RFP) and the solicitation number is SP3100-07-R-0008. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-14 effective 22 Nov. 2006 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20070122 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2007-03. This solicitation is 100% set-aside for small business concerns. The NAICS code applicable to this acquisition is 321920 and the small business size standard is 500 employees. The requirement consists of the following: CLIN 0001-NSN: 3990-00-T45-1811, QUANTITY: 60 SETS: PIECE 1 OF 2?WOOD DECKING, 180 INCHES LONG X 96 INCHES WIDE PIECE 2 OF 2?WOOD CRATE, 180 INCHES LONG X 100 INCHES WIDE X 101 INCHES DEEP, OUTSIDE DIMENSIONS. Sets shall be knockdown in accordance with specification MIL-C-3774B, type II as called out in specification MIL-DTL-55507F dated 9 July 1997 for packaging of S-280 shelters. All applicable assembly hardware shall be provided, excluding "U" or "EYE" blots, tie down strapping and dunnage blocking used for bracing shelters. ALL WOOD MUST BE HEAT TREATED (HT) AND STAMPED IN ACCORDANCE WITH THE EURO-UNION (EU) WOOD PRODUCTS INITIATIVE PROGRAMS. NOTICE: All wooden pallets and wood containers produced entirely of or in part of non-manufactured softwood species shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) coniferous material and certified accordingly by an accredited agency recognized by the American Lumber Standards Committee (ALSC) in accordance with the latest revision of ALSC Non-Manufactured Wood Packing Policy, and Non-Manufactured Wood Packing Enforcement Regulation (see URL: HTTP://www.alsc.org/.) All wooden pallets and containers produced entirely of non-manufactured hardwood species shall be identified by a permanent marking of "NC-US", 1.25 inches or greater in height, accompanied by the CAGE code of the pallet/container manufacturer and the month and year of the contract. On pallets, the marking shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. On containers, the marking shall be applied on a side other than the top or bottom, contrasting and clearly visible. COPIES OF SPECIFICATIONS MAY BE REQUESTED BY EMAIL AND WILL BE FORWARDED UPON REQUEST Delivery point is FOB DESTINATION to Defense Distribution Depot Tobyhanna, Transportation Officer, Myers & 2nd St., Warehouse 2 Bay 1, Tobyhanna, PA 18466-5059. The Government requires delivery of these items within 3-4 weeks after receipt of order. A proto-type may be required if you have never provided this item to the Government in the past, which shall be required to be delivered 7 days after receipt of order. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The following clauses and provisions apply to this procurement: FAR 52.212-1 Instructions to Offers - Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (e) multiple offers and (h) multiple awards. FAR 52-212-2 Evaluation?Commercial Items. The Government intends to award a contract resulting from this solicitation to the responsible offeror using the lowest price technically acceptable source selection process. Proposals shall be evaluated only and shall not be rated. Award will be based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for the non-cost factor. The following non-cost factor shall be used to evaluate proposals: Past Performance will be evaluated to determine if the offeror?s past performance history is satisfactory. An offeror who has been found to have a satisfactory past performance history will then have its proposal evaluated for the lowest price. Past Performance. By past performance the Government means the offeror?s record of conforming to the solicitation specifications and to standards of good workmanship; the offeror?s adherence to contract schedules, including the administrative aspects of performance; the offeror?s reputation for record of reasonable and cooperative behavior and commitment to customer satisfaction; and generally the offeror?s business-like concern for the interest of the customer. Evaluation of past performance will be a subjective assessment based on consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance. The Government is seeking to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely deliveries. Offerors who have submitted an acceptable proposal will be given an opportunity to address any unfavorable reports of past performance. In evaluating an offeror?s past performance record, the Government will consider information in the offeror?s proposal and any information which may be obtained from other sources, including (as applicable) past and present customers and their employees; state and local agencies; other DoD components; other Federal Agencies; consumer protection organizations and better business bureaus; other public agencies; private firms and former subcontractors; and others who may have useful information The information provided should reflect similar contracts for the same or similar type products. The offeror shall provide: 1. A list of contracts, preferably three, commercial or government, that have been performed within the last five (5) years. This list shall include: Point of contract Address Telephone Number Dollar amount of contract Delivery schedule Sample listing of the items provided 2. A list of any significant ?problems? or discrepancies (i.e., shortage, overages, damage, misshipments, etc) experienced for the customers reported in response to paragraph (1) above. Include a brief description of how these problems were handled and remedied. 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 complete the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the proposal may result in eliminated from consideration for award FAR 52.212-4 Contract Terms and Conditions?Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders?Commercial Items (in paragraph (b) the following clauses apply: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-14 Limitations on Subcontracting 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees FAR 52.225-13 Restriction on Certain Foreign Purchases FAR 52.232-33 Payments by Electronic Funds Transfer-Central Contractor Registration DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: FAR 52.203-3 Gratuities DFARS 252.243-7023 Transportation of Supplies by Sea DLAD 52.247-9013 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) Clauses and Provisions may be accessed in full text at http://farsite.hill.af.mil. Proposals 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) Unit and extended prices for all CLINS; (4) Prompt payment terms; (5) Taxpayer Identification Number (TIN); (6) Contractor DUNS Number and Commercial and Government Entity (CAGE) code; and (7) Completed copy of the Representations and Certifications at FAR 52.212-3, DFARS 252.212-7000 and past performance information. Offers are required to be registered in the Central Contractor Registration (CCR) database prior to receiving an award. The website address for registration is http://www.ccr.gov. Offerors responding to this announcement shall submit their proposal via FAX to Julie Metzger, 717-770-5689 or e-mail to Julie.Metzger@dla.mil. Proposals must be received by February 20, 2007 at 3:30 PM EST.
 
Place of Performance
Address: DEFENSE DISTRIBTUION DEPOT TOBYHANNA, TRANSPORTATION OFFICER, MYERS & 2ND ST., WAREHOUSE 2, BAY 1, TOBYHANNA, PA
Zip Code: 18466-5059
Country: UNITED STATES
 
Record
SN01229135-W 20070211/070209220128 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.