Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2012 FBO #3773
SOLICITATION NOTICE

81 -- Packaging Materials - Quote Submission Form

Notice Date
3/22/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
322211 — Corrugated and Solid Fiber Box Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Commissary Agency, Contracting Business Unit Support Services/Supply and Revenue Branch (HDEC05), 1300 E Avenue, Building P-11200, Fort Lee, Virginia, 23801-1800, United States
 
ZIP Code
23801-1800
 
Solicitation Number
HDEC05-12-R-0010
 
Archive Date
5/30/2012
 
Point of Contact
Heather Jarratt, Phone: (804) 734 - 8000 x 86302, Michael L Shaffer, Phone: 804-734-8000 EXT 8681
 
E-Mail Address
heather.jarratt@deca.mil, michael.shaffer@deca.mil
(heather.jarratt@deca.mil, michael.shaffer@deca.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
HDEC05-12-R-0010 - Attachment A - Offer Submission COMBINEd Synopsis/Solicitation Number HDEC05-12-R-0010, For PACKAGING MATERIALS FOR CHARLESTON AFB, SC •i. This is a combined synopsis and solicitation for commercial supplies prepared in accordance with the format Subpart FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. A Single award is anticipated. The resultant contract will be a fixed price contract. •ii. The solicitation number for this procurement is HDEC05-12-R-0010 and is issued as a Request for Quote (RFQ). •iii. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-55, DFARS Change Notice 20120130, and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2005 Edition. •iv. This solicitation is set-aside for SDVOSB (Service Disabled Veteran Owned Small Business). For information purposes, the Federal Supply Classification is 2675, the North American Industry Classification systems (NAICS) code is 322211 - Corrugated and Solid Fiber Box Manufacturing which has a maximum small business size standard of 500 Employees. • v. Contract Line Item Numbers (CLINS): CLIN 0001 Packaging Materials Base Period of Performance: April 1, 2012 to March 31, 2013 Box, Triple Wall (1100 lb test), Regular Slotted Carton, Corrugated, Glued, and must be the following dimensions: 48" x 40" x 36". Priced each. 450 each (estimate). Box, Triple Wall, (1100 lb test), Regular Slotted Carton, Corrugated, Glued, and must be the following dimensions: 30" x 30" x 30". Priced each. 200 each (estimate). Cardboard sheet, C flute, and must be the following dimensions: 48" x 40". Priced each. 450 each (estimate). Plastic liner, 3.5 mil, and must be the following dimensions: 51" x 49"x 97". 25 bags per roll. 25 rolls (estimate). Banding, steel, and must be the following dimensions: 5/8 in. wide x 0.20 mil thick. 100 lbs per roll. 1000 lbs (estimate). Insulation sheathing, extruded polystyrene, 4' x 8' x 1/2". Priced each. 250 sheets (Estimate). CLIN 1001 Packaging Materials 1 st Option Period of Performance: April 1, 2013 to March 31, 2014 Box, Triple Wall (1100 lb test), Regular Slotted Carton, Corrugated, Glued, and must be the following dimensions: 48" x 40" x 36". Priced each. 450 each (estimate). Box, Triple Wall, (1100 lb test), Regular Slotted Carton, Corrugated, Glued, and must be the following dimensions: 30" x 30" x 30". Priced each. 200 each (estimate). Cardboard sheet, C flute, and must be the following dimensions: 48" x 40". Priced each. 450 each (estimate). Plastic liner, 3.5 mil, and must be the following dimensions: 51" x 49"x 97". 25 bags per roll. 25 rolls (estimate). Banding, steel, and must be the following dimensions: 5/8 in. wide x 0.20 mil thick. 100 lbs per roll. 1000 lbs (estimate). Insulation sheathing, extruded polystyrene, 4' x 8' x 1/2". Priced each. 250 sheets (Estimate). CLIN 2001 Packaging Materials 2 nd Option Period of Performance: April 1, 2014 to March 31, 2015 Box, Triple Wall (1100 lb test), Regular Slotted Carton, Corrugated, Glued, and must be the following dimensions: 48" x 40" x 36". Priced each. 450 each (estimate). Box, Triple Wall, (1100 lb test), Regular Slotted Carton, Corrugated, Glued, and must be the following dimensions: 30" x 30" x 30". Priced each. 200 each (estimate). Cardboard sheet, C flute, and must be the following dimensions: 48" x 40". Priced each. 450 each (estimate). Plastic liner, 3.5 mil, and must be the following dimensions: 51" x 49"x 97". 25 bags per roll. 25 rolls (estimate). Banding, steel, and must be the following dimensions: 5/8 in. wide x 0.20 mil thick. 100 lbs per roll. 1000 lbs (estimate). Insulation sheathing, extruded polystyrene, 4' x 8' x 1/2". Priced each. 250 sheets (Estimate). CLIN 3001 Packaging Materials 3 rd Option Period of Performance: April 1, 2015 to March 31, 2016 Box, Triple Wall (1100 lb test), Regular Slotted Carton, Corrugated, Glued, and must be the following dimensions: 48" x 40" x 36". Priced each. 450 each (estimate). Box, Triple Wall, (1100 lb test), Regular Slotted Carton, Corrugated, Glued, and must be the following dimensions: 30" x 30" x 30". Priced each. 200 each (estimate). Cardboard sheet, C flute, and must be the following dimensions: 48" x 40". Priced each. 450 each (estimate). Plastic liner, 3.5 mil, and must be the following dimensions: 51" x 49"x 97". 25 bags per roll. 25 rolls (estimate). Banding, steel, and must be the following dimensions: 5/8 in. wide x 0.20 mil thick. 100 lbs per roll. 1000 lbs (estimate). Insulation sheathing, extruded polystyrene, 4' x 8' x 1/2". Priced each. 250 sheets (Estimate). CLIN 4001 Packaging Materials 4 th Option Period of Performance: April 1, 2016 to March 31, 2017 Box, Triple Wall (1100 lb test), Regular Slotted Carton, Corrugated, Glued, and must be the following dimensions: 48" x 40" x 36". Priced each. 450 each (estimate). Box, Triple Wall, (1100 lb test), Regular Slotted Carton, Corrugated, Glued, and must be the following dimensions: 30" x 30" x 30". Priced each. 200 each (estimate). Cardboard sheet, C flute, and must be the following dimensions: 48" x 40". Priced each. 450 each (estimate). Plastic liner, 3.5 mil, and must be the following dimensions: 51" x 49"x 97". 25 bags per roll. 25 rolls (estimate). Banding, steel, and must be the following dimensions: 5/8 in. wide x 0.20 mil thick. 100 lbs per roll. 1000 lbs (estimate). Insulation sheathing, extruded polystyrene, 4' x 8' x 1/2". Priced each. 250 sheets (Estimate). vi. Description of Requirements: The Defense Commissary Agency (DeCA) requires packaging materials for use by Charleston AFB Commissary personnel. The purpose of these supplies is for the packaging and shipment of various supply items to be packaged and mailed from the Charleston AFB Commissary to various locations as needed. vii. Provision at FAR 52.212-1, " Instruction to Offerors - Commercial Items," applies to this acquisition along with the following Addendum: Addendum to FAR 52.212-1 Instruction to Offerors - Commercial Items The following paragraphs are altered as follows: •a. The North American Industry Classification System (NAICS) Code applicable to this solicitation is 322211 and the Size Standard is 500 Employees. Per FAR 4.1201(a): Prospective contractors SHALL complete electronic annual representations and certifications (Reps & Certs) at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. Your Reps and Certs MUST include the NAICS applicable to this solicitation document and indicate your organization's business size status. Per 13 CFR 121.106 - If the size determination is based on the number of employees, the method for determining business size status is based on the average number of employees of the concern (including part-time and full-time employees of its domestic and foreign affiliates), which is based upon the number of employees for each of the pay periods for the preceding completed 12 calendar months. [Additional definition is available by searching 13CFR121 at http://www.gpoaccess.gov/cfr/index.html ] •b. Submission of Quotes: Submit signed and dated quotes to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotes shall be submitted on the form provided at Attachment A. As a minimum, offers must show (see Attachment A): (1) The solicitation number: HDEC05-12-R-0010 ; (2) The time specified in the solicitation for receipt of offers: Friday, March 30, 2012, 4:00 p.m. EST; (3) The name, address, point of contact, fax number, and telephone number of the offeror; (4) Terms of any express warranty; (5) Price: Provide prices for the ordering periods for each supply item as specified on Attachment A. (Please note that proposals for all supplies must be provided to be considered for award); (6) "Remit to" address (Credit Card Payment Point of Contact); (7) Offerors shall include a complete copy of the provision at FAR 52.212-3 electronically through ORCA at http://orca.bpn.gov. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration; (8) Signed acknowledgment of all Solicitation Amendments (if applicable); (9) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; •(10) Offers shall be submitted in electronic format by an authorized representative of the Offeror. Hand written portions and those including signatures shall be scanned into.pdf format as one (1) document and emailed to heather.jarratt@deca.mil. The following, or something similar, should be in the subject line for the email submittal: "Proposal from (company name) in response to RFP HDEC05-12-R-0010 " (11) Past Performance Information: Offerors shall p rovide reference information, to include the name of the reference company, and contact information (phone number(s) and email address) of at least one (1) individual that can be asked to provide past performance information. References should represent previous work of similar scope to the requirements in this solicitation and should be current or prior customers (within the past 3 years). (12) Contractor Qualifications - Non-Manufacturing Rule: Any firm directly providing materials under this contract must perform at least 50% of the cost of manufacturing the supplies (not including the cost of materials). A firm that is not a manufacturer may qualify as a small business on a supply contract set aside for small business if, among other things, it supplies the product of a small business made in the United States. (13) Completed provision at DFAR 252.212-7000. All questions of a technical and/or contractual nature concerning this solicitation shall be submitted in writing to Heather Jarratt, Contract Specialist at heather.jarratt@deca.mil no later than Friday, March 23, 2012 at 1:00 p.m. EST. A consolidated list of questions and answers, if applicable, will be provided to all prospective offerors as appropriate. Answers to questions will not alter the solicitation unless and until an amendment is made to the solicitation incorporating the answers. viii) Provision at 52.212-3 ALT i, Offeror Representations and Certifications -- Commercial Items Addendum to 52.212-3 (Offeror Representations and Certifications -- Commercial Items) FAR provision 52.212-3 (Alt 1), Offeror Representations and Certifications - Commercial Items, is incorporated by reference in this solicitation. The offeror verifies by submission of this offer that the representation and certifications currently posted electronically at ORCA: •(1) Have been entered or updated in the last 12 months; •(2) Are current, accurate, complete, and applicable to this solicitation; and •(3) Include the business size standard applicable for the NAICS code referenced in this solicitation. A full copy of 52.212-3 (Alt 1) is available at the ORCA website, at https://www.acquisition.gov/far/index.html, or by contacting the point of contact identified on the face of this document. ix) Provision at 52.212-4501 (FAR 52.212-2) EVALUATION--COMMERCIAL ITEMS (JAN 1999) Addendum to 52.212-4501 (Evaluation-Commercial Items) (a) Initially the quotes will be evaluated for responsiveness. In order to be considered responsive, the quoter must accept and meet all solicitation requirements. Any quoter deemed non-responsive may not be considered for award. (b) The Government intends to make one award. A single award will be made to the responsible quoter whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made to the lowest-priced, technically acceptable quoter. The following factors shall be used to evaluate quotes: Price Technical The relative importance of the factors is: Technical is approximately equal to price. A. Technical: Provide a single brief description of the supplies that will be provided to fulfill the requirements described in CLINs 0001, 1001, 2001, 3001, and 4001. Descriptions shall meet minimum requirements to be considered technically acceptable. B. Price: Price analysis will be conducted by the Contracting Officer to determine price reasonableness by comparing the overall totals of each submitted quote to determine the lowest price, technically acceptable offer. The total for each line item will be calculated using the estimated quantity multiplied by the per unit price. The total for each line item will then be added to come up with a yearly estimate. All years will be combined into a final evaluated quote. The quoter must be able to supply all items. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. x) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items apply to this acquisition along with the following Addendum: Addendum to 52.212-4 (Contract Terms and Conditions - Commercials): The following paragraphs are amended or added: (c) Changes: The government may issue unilateral written modifications that do not affect the substantive rights of the parties. Examples of administrative modifications are corrections in the payment office address or changes to the accounting and appropriation data. (i) Payment: Payment will be made by store level Government Purchase Card (GPC) at the time of order. The contractor may charge the user's card once item have shipped. (u) Periods of Performance for packing supplies are as follows: Base Year: April 1, 2012 through March 31, 2013 Option Year 1: April 1, 2013 through March 31, 2014 Option Year 2: April 1, 2014 through March 31, 2015 Option Year 3: April 1, 2015 through March 31, 2016 Option Year 4: April 1, 2016 through March 31, 2017 (v) Availability: All supplies, as described in solicitation, shall be available for order at any time throughout the period of this contract. (w) Ordering: Ordering shall be done via email or phone through the use of store level Government Purchase Card (GPC). The Ordering Office may order as much as required, in accordance with FAR 52.216-19 (reference provided in full text). No guarantee on the number of orders. (x) For the purpose of this solicitation, use of the term "delivery order" or "task order" means any order placed by DeCA headquarter personnel or web-based ordering by any DeCA authorized ordering officers. (y) Product samples: The awardee may be required to provide product samples to the Contracting Officer of any contract items during the contract performance period to ensure contract compliance. No more than one of each item may be requested per contract year unless quality control problems have been identified for a particular item. (z) Deliveries: The required deliver schedule for all items ordered is 14 days after placement of order. Delivery to the commissaries shall be made between the hours of 7:00 am and 3:00 pm local time, Tuesday through Friday, excluding official Government holidays. Deliveries outside these times must be pre-arranged on a case by case basis by the Commissary Store Director or representative. Delivery Location: Charleston AFB Commissary 103 Lawson Drive Charleston AFB, SC 29404-2198 Store Point of Contact: Lynda Baker, Supply Technician Phone: 843-963-7469 DSN: 673-7469 Email: lynda.baker@deca.mil (aa) Reporting Requirement: A detailed copy of all orders shall be forwarded to the Contract Specialist assigned to administer the contract within 3 days of payment processing. xi) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. The following additional clauses from paragraph "B" of clause 52.212-5 are also applicable to the acquisition: 52.222-3, Convict Labor; 52.222-19, CHILD LABOR - COOPERATION WITH AUTHORITIES AND REMEDIES; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; 52.222-37, EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS 52.222-50, COMBATING TRAFFICKING IN PERSONS 52.223-18, ENCOURAGE CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-36, Payment by Third Party. xii) In addition to the clauses stipulated above, the following clauses apply to this acquisition and are incorporated by reference: 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS; 52.209-6, PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT; 52.211-17, DELIVERY OF EXCESS QUANTITIES; 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE; 52.219-27, NOTICE OF TOTAL SERVICE DISABLED VETERAN OWNED SMALL BUSINESS SET-ASIDE; 52.219-28, POST AWARD SMALL BUSINESS PROGRAM REPRESENTATION; 52.223-4, Recovered Material Certification; 52.223-10, waste reduction program; 52.233-3, PROTEST AFTER AWARD; 52.233-4, APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM; 252.203-7002, Requirements to Inform Employees of Whistleblower Rights; 252.204-7004 ALT A, Alternate A, Central Contractor Registration; 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS; 252.204-7008, EXPORT-CONTROLLED ITEMS; 252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM; 252.225-7002, QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS; 252.232-7010, levies on contract payments; 252.243-7001, Pricing of Contract Modifications; 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA; 252.247-7024, NOTIFICATION OF TRANSPORTATION OF SUPPLIES BY SEA; Contract Terms and Conditions apply to this acquisition that shall be shown in full text are listed below and can be found at http://farsite.hill.af.mil/vffara.htm : 52.204-4500, INSTALLATION ACCESS REQUIREMENTS; 52.207-4, ECONOMIC PURCHASE QUANTITY - SUPPLIES; 52.212-1, iNSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.215-5, FACSIMILE PROPOSALS 52.217-9, OPTION TO EXTEND THE TERM OF THE CONTRACT; 52.217-4500, OPTION TO EXTEND CONTRACT DELIVERY; 52.223-11, OZONE-DEPLETING SUBSTANCES; 52.225-18, PLACE OF MANUFACTURE; 52.228-4500, LIABILITY TO THIRD PERSONS; 52.228-4501, VEHICLE OPERATION AND INSURANCE; 52.228-4502, OTHER INSURANCE REQUIREMENTS; 52.233-4500, INDEPENDENT REVIEW OF AGENCY PROTESTS; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, CLAUSES INCORPORATED BY REFERENCE; 52.252-5, Authorized Deviations in Provisions; 52.252-6, Authorized Deviations in Clauses; 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (SEP 2004) (DEVIATION) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. (xiii) The following clauses are provided in full text: FAR 52.216-19, Ordering Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $500.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of $15,000.00; (2) Any order for a combination of items in excess of $15,000.00; or (3) A series of orders from the same ordering office within 90 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract ( i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 14 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) FAR 52.216-21, Requirements (Oct 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated'' or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after March 31, 2017. (End of Clause) (xiv) Items sold under any resulting contract that contain the following materials as defined by the Environmental Protection Agency's shall meet the recommended minimum percentages of recovered and/or postconsumer materials: Environmental Protection Agency' Recommended Recovered Fiber Content Levels for Paperboard and Packaging Products DESCRIPTION RECOVERED POSTCONSUMER CORRUGATED CONTAINERS 25% 25% CARRIERBOARD 10% 10% Environmental Protection Agency's Recommended Recovered Materials Content Levels for Manual-Grade Steel Strapping DESCRIPTION RECOVERED POSTCONSUMER BALE TIES 25% 16% Within 30 days of contract award, the contractor shall provide a list of all items that are required to contain the minimum Environmental Protection Agency standards of recovered and/or postconsumer materials, and the percentages of Recovered and/or Postconsumer materials for each supply item on the list. The contractor shall provide a report, upon request (no more than twice per contract period), that shows the quantities ordered of each line item that contains required percentages of recovered and/or postconsumer materials. If during the contract any of the items are substituted or the percentage of recovered and/or postconsumer materials changes, the contractor shall provide notice of that change to the Contracting Officer. The reporting shall include the quantities ordered of the replacement item as well the replaced item. (xv) GREEN PROCUREMENT Green procurement is the purchase of environmentally preferable products and services in accordance with one or more of the established Federal "green" procurement preference programs. Please note that the Minimum content standards outlined in accordance with the Environmental Protection Agency's Recovered Materials Advisory Notices, are minimums. The contractor is responsible to maintain Environmental Protection Agency designated minimums throughout the term of the contract. Information on the current minimum standards may be found at http://www.epa.gov/epawaste/conserve/tools/cpg/products/index.htm#non. DeCA encourages higher than minimum content for recovered material if product usability and cost do not hinder the use of the item. As new Green products become available on the open market throughout the term of the contract(s), DeCA encourages the contractor(s) to make information on such products available for review. DeCA reserves the right to request item changes that are both better for the environment and economically feasible. xvi) The Defense Priorities and Allocations Systems (DPAS) rating is N/A. There are no numbered notes applicable to this solicitation. xvii) Proposals will be accepted in electronic format, emailed to Heather Jarratt at heather.jarratt@deca.mil, and must be received NO LATER THAN Friday, March 30, 2012 at 4:00 PM EDT. xviii) The points of contact for this solicitation are: Heather Jarratt, Contract Specialist, at 804-734-8000, ext 86302 (heather.jarratt@deca.mil), or Michael G. Shaffer, Contracting Officer, 804-734-8000, ext 48681 (michael.shaffer@deca.mil). IMPORTANT NOTICE Upon award of this contract, the Agency intends to publish the awardee's name, the total contract award amount, as well as any awarded individual contract line item pricing (CLIN and Sub-CLIN), within the Agency's electronic reading room located @ www.commissaries.com. Unexercised option year prices will not be published. This action is being taken to ensure contract award information is available to the general public, as it was in the past, pursuant to the president's January 21, 2009 memorandum regarding the Freedom of Information Act (FOIA). ATTACHMENTS A. Attachment A: RFQ HDEC05-12-R-0010 - OFFER SUBMISSION FORM
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA05AMDRAMDS/HDEC05-12-R-0010/listing.html)
 
Place of Performance
Address: Charleston AFB, 103 LAWSON DRIVE, Charleston, South Carolina, 29404-2198, United States
Zip Code: 29404-2198
 
Record
SN02703947-W 20120324/120323000121-0587d4b2eebd60eea16db3880153d965 (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.