Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
SOLICITATION NOTICE

81 -- TAPE, BOXI SEALING

Notice Date
2/15/2008
 
Notice Type
Solicitation Notice
 
NAICS
322222 — Coated and Laminated Paper Manufacturing
 
Contracting Office
Defense Logistics Agency, Acquisition Management, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
 
ZIP Code
17070-5001
 
Solicitation Number
Reference-Number-SB3100-7317-3087
 
Response Due
2/28/2008
 
Point of Contact
Karen Kaufman, Contract Specialist, Phone (717) 770-5516, Fax (717) 770-7591
 
E-Mail Address
karen.kaufman@dla.mil
 
Description
The Defense Distribution Center, New Cumberland, PA has requirements for the following 3M tape or equal. 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ). Reference Number is SB3100-7317-3087. This notice incorporates provisions and clauses in effect through Federal Acquisition Circulars (FAC) 2005-23 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20080124 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2008-02. This solicitation is unrestricted for business concerns. The North American Industry Classification System (NAICS) code is 322222 and the associated size standard is 500 employees. Line Item 0001 Tape ? 288 Rolls @ $_________________ per roll = $____________________ Delivery ________________Days/Weeks Salient characteristics of tape for Line Item 0001: Scotch(R) Box Sealing Tape 371 Clear, 48 mm x 914 m, 6 per case Bulk Colored polypropylene tapes for single-wall, low burst strength RSCs with high weight contents. More than 3,000 minutes adhesion to fiberboard. Tensile strength of 22 lb/inch in machine direction; 44 lb/inch cross direction. Pressure-sensitive rubber resin adhesive to instantly seals cartons. Biaxially oriented polypropylene backing is easy to handle and dispense. Resists abrasion, moisture, chemicals, and scuffing. Conforms around edges and over rough surfaces for a tight seal. Good edge tear and split resistance. - Complies with environmental considerations of ASTM D1974-92. 3M Part Number 371 or equal Line Item 0002 Tape ? 1440 Rolls @ $______________per roll = $______________________ Delivery ________________Days/Weeks Salient characteristics of tape for Line Item 0002: Scotch(R) Box Sealing Tape 371 Clear, 728 mm x 914 m, 4 per case Bulk Colored polypropylene tapes for single-wall, low burst strength RSCs with high weight contents. More than 3,000 minutes adhesion to fiberboard. Tensile strength of 22 lb/inch in machine direction; 44 lb/inch cross direction. Pressure-sensitive rubber resin adhesive to instantly seals cartons. Biaxially oriented polypropylene backing is easy to handle and dispense. Resists abrasion, moisture, chemicals, and scuffing. Conforms around edges and over rough surfaces for a tight seal. Good edge tear and split resistance. - Complies with environmental considerations of ASTM D1974-92. 3M Part Number 371 or equal Both tapes are used on taper machines. Best Pack Packaging System is the manufacturer . Tape used on Model AT4E22C01-3, Serial Number 026001 and Model 6SAMC02-75, Serial Number 976005. There are two (2) machines 3M Matic Case Sealer, Type 59300, Serial Number 6216. Ship to address: Defense Distribution Depot, San Joaquin, Supply Branch, Warehouse 3, Tracy Site, Tracy, CA 95376-5000. The following FAR, DFARS, and DLAD clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR provision 52.212-1 Instructions to Offerors ? Commercial Items (Nov 2007) applies to this acquisition. Addenda to FAR 52.212-1 (Nov 2007): The following two paragraphs are hereby deleted from this provision: (h) Multiple Awards and (i) Availability of requirements documents cited in the solicitation. Quotation Submission Instructions: Quotation must include one (1) copy of each of the following items. Submission of a quotation that does not contain all items requested below may result in elimination from consideration for award. 1. Completed price in this solicitation 2. Submitted (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation Reference Number; (3) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code Number. 3. Completed description of each Line Item on quoted item. Data submitted must establish that the tape provided will meet all of the minimum salient characteristics. 4. Completed certifications and representations located at FAR 52.212-3 and DFARS 252.212-7000 of this Solicitation or indicate if information is in ORCA. Quotations may be submitted via one of the following methods: (1) Mail to Defense Distribution Center Acquisition Operations (DDC-AB) Attn: Karen Kaufman, Mission Drive, Building 404, New Cumberland, PA 17070 or FedEx to same address as stated above except use J Avenue in lieu of Mission Drive. (2) Fax: 717-770-7591 or 5689 (3) E-Mail: Karen.Kaufman@dla.mil The name of the individual to contact for information regarding this solicitation is: Karen Kaufman, Contract Specialist, E-mail Karen.Kaufman@dla.mil. NOTE: All contractors MUST be registered in the Central Contractor Registration (CCR) Database to receive an award. Information on registration may be obtained calling 1-888-227-2423 or via the internet at www.bpn.gov. All responsible business concerns may submit a quotation that shall be considered by this agency. In order to be eligible for award, a Contractor must be determined to be responsible in accordance with FAR 9.104. FAR 52.212-2 Evaluation Commercial Items (Jan 1999) applies to this acquisition. The Government intends to award one contract resulting from this Request for Quotation (RFQ) based on the offer that provides material as stated in the RFQ at the lowest price. Prospective contractors to provide sample of each tape before award. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Nov 2007). Offeror must submit a completed copy of FAR 52.212-3 with their quotation or indicate that they have completed their registration on the internet at http://orca.bpn.gov. Failure to include this information with their price quotation may result in the quotation being eliminated from consideration for award. FAR clause 52.212-4 - Contract Terms and Conditions ? Commercial Items (Feb 2007) applies to this acquisition. Addendum to FAR 52.212-4 (Feb 2007): FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.215-5 Facsimile Proposals (Oct 1997) FAR 52.242-13 Bankruptcy (Jul 1995) FAR 52.247-34 F.O.B. Destination (Nov 1991) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Dec 2007) applies to this acquisition. The following additional FAR clauses are applicable to this acquisition: 52.219-28 Post Award Small Business Program Representation (Jun 2007), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor ? Cooperation with Authorities and Remedies (Aug 2007), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222.26 Equal Opportunity (Mar 2007), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-50 Combating Trafficking in Persons (Aug 2007), 52.225-13 Restrictions on Certain Foreign Purchases (Aug 2003), 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003) 52.232-36 Payment by Third Party (May 1999) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005) applies to this acquisition. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007). The following additional clauses/provisions are applicable to this acquisition: DFARS 252.225-7021 Trade Agreements (Mar 2007), DFARS 252.225-7036 Buy American Act ? Free Trade Agreements Balance of Payments Program ALT 1 (Oct 2006), DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2007) DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002) DLAD 52.247-9012 Requirements for Treatment of Wood Packaging Material (WPM) (Feb 2007) The following DLAD provisions are hereby added in full text: 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 process 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. 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. Request for Quotation (RFQ) due date and time is February 28, 2008 @ 2:00PM local time. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-FEB-2008). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 26-MAR-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DLA/J3/DDC/Reference-Number-SB3100-7317-3087/listing.html)
 
Place of Performance
Address: Defense Distribution Depot, San Joaquin Supply Branch, Warehouse 3, Tracy Site Tracy, CA
Zip Code: 95376
Country: UNITED STATES
 
Record
SN01542766-F 20080328/080326230714 (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.