Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2009 FBO #2789
MODIFICATION

75 -- Passive RFID Labels and Printer Ribbons

Notice Date
7/14/2009
 
Notice Type
Modification/Amendment
 
NAICS
322222 — Coated and Laminated Paper Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-09-Q-0057
 
Point of Contact
Laura A. Dodson, Phone: 7177705516
 
E-Mail Address
laura.dodson@dla.mil
(laura.dodson@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 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 is a Request for Quote (RFQ) in accordance with Subpart 13.5 – Test Program For Certain Commercial Items of the Federal Acquisition Regulations (FAR) and the solicitation number is SP3100-09-Q-0057. This solicitation is issued as a small business set-aside. The associated NAICS code is 322222 with a small business size standard of 500 employees. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-33 effective 15 June 2009 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20090115 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2009-20. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This procurement is for the purchase of Passive RFID labels and printer ribbons for various Defense Distribution Depots. SEE ATTACHED SCHEDULE FOR CLINS AND DELIVERY (Attachment 1) Offerors shall provide the unit price for each component and the total amount, inclusive of shipping costs (FOB Destination). Supplies shall be shipped to the locations shown on attached schedule, exact shipping addresses will be provided in the final award, or can be obtained from the Contract Specialist POC. FAR Clause 52.309-4, First Article Approval, paragraph (a) requires the contractor to deliver one (1) unit of labels and printer ribbons within five (5) calendar days from the date of this contract. The contractor awarded this contract shall be the only vendor/contractor required to submit units for First Article Approval with five (5) days following contract award. (Attachment II provides First Article Test Procedures and Process) Note: The required delivery schedule date for all locations is 24 August 2009. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The method of payment for supplies under this order is by the Acquisition Operations Office via the Government Purchase Card (VISA). 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 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. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. 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) Unit Price and extended prices for all CLINS (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) (6) Offerors shall provide a completed compliancy matrix found in Attachment #1 for each label size and ribbon to demonstrate that the proposed product meets the minimum salient characteristics for this requirement. Stating that the offeror’s labels/ribbons “comply” with the minimum salient characteristics listed in each compliancy matrix will not suffice. Offerors shall complete a compliancy matrix with a narrative for each label and ribbon proposed describing in detail how each label and ribbon proposed meets or exceeds the minimum salient characteristics identified in each label and ribbon compliancy matrix. Offerors failing to complete a compliancy matrix for each label and ribbon as found in Attachment #1 along with a narrative describing how the products proposed meet the list of salient characteristics will be deemed non-compliant and will be considered technically unacceptable and will not be evaluated. 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 http://orca.bpn.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 13.106-2 Evaluations of Quotations or Offers – Quotes will be evaluated in accordance with FAR 13.106. The Government intends to award a Firm-Fixed Price commercial contract resulting from this notice on an all or none basis to the responsible offeror whose offer is the lowest price and has demonstrated compliance with the stated salient characteristics and can meet the stated delivery requirements. FAR 52.212-4Contract Terms and Conditions–Commercial Items, Addenda to 52.212-4; the following clauses apply: FAR 52.247-34 FOB Destination FAR 52.209-4First Article Approval –Government Testing (Sep 1989) applies with the following fill-ins a) The Contractor shall deliver 1 unit(s) of Lot/Item CLIN 0001, 0002, 0003, and 0004 within 5 calendar days from the date of this contract to the Government at 2001 Mission Drive, Bldg 404, Attn: Laura Dodson, New Cumberland, PA 17070 for first article tests. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract. (b) Within 5 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. FAR 52.232-18Availability of Funds 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 52.222-3 Convict Labor FAR 52.222-19Child Labor–Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of segregated facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-50Combating Trafficking in Persons FAR 52.225-13Restriction on Certain Foreign Purchases FAR 52.232-36Payment by Third Party FAR 52.247-64Preference for Privately Owned U.S.-Flag Commercial Vessels 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: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7036 Buy American Act–Free Trade Agreement–Balance of Payments Program ALT I DFARS 252.243-7002 Request for Equitable Adjustment DFARS 252.247-7023 Transportation of Supplies by Sea DFARS 252.247-7024 Notification of Transportation of Supplies by Sea DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) (FEB 2007) (a) This clause only applies when wood packaging material (WPM) will be used to make shipments under this contract and/or when WPM is being acquired under this contract. (b) Definition. Wood packaging material (WPM) means wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame and cleats. The definition excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood, particleboard, veneer, and oriented strand board (OSD). (c) All Wood Packaging Material(WPM) used to make shipments under DOD contracts and/or acquired by DOD must meet requirements of International Standards for Phytosanitary Measures (ISPM) 15, "Guidelines for Regulating Wood Packaging Materials in International Trade." DOD shipments inside and outside of the United States must meet ISPM 15 whenever WPM is used to ship DOD cargo. (1) All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT) in accordance with American Lumber Standard Committee, Incorporated (ALSC) Wood Packaging Material Program and WPM Enforcement Regulations (see http://www.alsc.org/). (2) All WPM shall include certification/quality markings in accordance with the ALSC standard. Markings shall be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC approved DUNNAGE stamp. (d) Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The Agency reserves the right to recoup from the Contractor any remediation costs incurred by the Government. (End of Clause) DDC 52.247-9W11 SHIPPING INSTRUCTIONS FOR SB3111 DDPH (PEARL HARBOR) (FEB 2007) SMALL TO MEDIUM PACKAGES: The preferred method of shipping packages is U S Postal Priority Mail with return receipt or commercial courier service for packages less than 70 lbs., and less than 130 inches in combined length and girth. Outside markings must include contract number and copy of purchase order/contract. MAILING ADDRESS: DDPH RECEIVING OFFICER MF BOSS SUPPLIES 840 VINCENNES AVE PEARL HARBOR HI 96860-4544 LARGER SHIPMENTS: Freight address for packages over 70 pounds or 130 inches combined length and girth is: DEFENSE DISTRIBUTION SAN JOAQUIN CCP WHSE 30, MARK FOR SB3111 25600 SOUTH CHRISMAN ROAD TRACY CA 95376-5000 Appointments are required for transshipments. The phone number to schedule DDJC CCP deliveries is (209) 839-4307 / 4306. The outside packaging must include the Transportation Control Number (TCN), contract number and a copy of this order. TRUCKLOAD SHIPMENTS: If a shipment exceeds any of these dimensions: 85" high, 85" wide or 228" long, or is likely to fill more than half of a 40 foot Seavan, the shipment may be routed directly to a freight forwarder rather than the Consolidation and Containerization Point. Call Contract Specialist on this order for further information. Without proper markings shipments and payments will be delayed and may be lost. (End of Clause) DDC 52.247-9W16 SHIPPING INSTRUCTIONS FOR SB3105 DDGM (GUAM) (FEB 2007) SMALL TO MEDIUM PACKAGES: The preferred method of shipping packages is Priority Mail with return receipt via APO/FPO if the shipment meets U. S. Postal Requirements. General guidelines for FPO addresses are: Packages 1) may not exceed 70 lbs. 2) may not exceed 130 inches in combined length and girth. 3) must be sent via the U. S. Postal System. 4) Outside markings must include contract number and statement "CONTENTS FOR OFFICIAL USE - EXEMPT FROM CUSTOMS REQUIREMENTS". Include copy of contract on outside of package. Specific instructions and rates for shipments to APO/FPO addresses can be found at the Post Office website at http://postcalc.usps.gov/. (Shipment to an APO/FPO address is a domestic shipment.) MAILING ADDRESS: SB3105 DEFENSE DISTRIBUTION DEPOT GUAM-NAVSTA PSC 455 BOX 170 FPO AP 96540-0170 LARGER SHIPMENTS: Freight address for shipments over 70 lbs or 130 inches combined length and girth is: DEFENSE DISTRIBUTION SAN JOAQUIN CCP WHSE 30, MARK FOR SB3105 25600 SOUTH CHRISMAN ROAD TRACY CA 95376-5000 Appointments are required for transshipments. The phone number to schedule DDJC CCP deliveries is (209) 839-4306. The outside packaging must include the Transportation Control Number (TCN), contract number and a copy of this order. TRUCKLOAD SHIPMENTS: If a shipment exceeds any of these dimensions: 85" high, 85" wide or 228" long or is likely to fill more than half of a 40 foot Seavan, the shipment may be routed directly to a freight forwarder rather than the Consolidation and Containerization Point. Call the Point of Contact on this order for further information. Without proper markings shipments and payments will be delayed and may be lost. (End of Clause) All questions and inquiries should be addressed via email to laura.dodson@dla.mil, Request for Quote Number SP3300-09-Q-0057. Pricing and representations/certifications are required NLT 3:00 PM EDT ON JULY 17, 2009. This information should be submitted to above email address or faxed to 717-770-7591. Contractors must be capable of accepting payment by government credit card for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-09-Q-0057/listing.html)
 
Record
SN01875289-W 20090716/090715000933-411e206c474bae6dc00b266f4193f466 (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.