Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 13, 2017 FBO #5803
SOLICITATION NOTICE

93 -- W-2 Paper - Attachment 2 52.212-05 - Attachment 1 52.212-04 - SP7000-18-Q-1003

Notice Date
10/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#322230 — Stationery Product Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Harrisburg, 5404 J Avenue, Building 404, New Cumberland, Pennsylvania, 17070, United States
 
ZIP Code
17070
 
Solicitation Number
SP7000-18-Q-1003
 
Archive Date
11/4/2017
 
Point of Contact
Chad R. Parent, Phone: 7177708665
 
E-Mail Address
chad.parent@dla.mil
(chad.parent@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SP7000-18-Q-1003 RFQ Attachment 1 52.212-04 Attachment 2 52.212-05 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, in conjunction with FAR Part 13, 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 solicitation is issued as a Request for Quotation (RFQ), SP7000-18-Q-1003. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-95 effective 19 JAN 2017, and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20161222 edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5, and PROCLTR 2017-20. This acquisition is set-aside for small business. The associated North American Industrial Classification System (NAICS) code is 322230 and the small business size standard is 750 employees. Requirement: DLA Document Services HQ has a requirement to purchase 2,200 Cartons(5,500,000 sheets) 2,500 sheets per carton, reams of 500 must be individually wrapped (prefer shrink-wrapped). CLIN 0001 - Paper, 24#, Pixelle (or equal) Basic Digital Glatfelter with high opacity, white, 8.5" x 14", 92 Bright, Custom, Cut Sheet, 2 Vertical Perforations 3/8" from each edge. Perforations must be 50 tooth. Paper must be high quality level so paper does not shed excessively (Dust free / Vacuumed) in the printers resulting in dust covering printer sensors leading to printer malfunction. Also, sheets must be consistently cut straight and square. Paper must be of sufficient opacity to prevent "Read Through". 2,500 sheets per carton, reams of 500 must be individually wrapped. Reams must be wrapped in moisture resistant packaging and neatly packaged in cartons. Each carton must be banded. If shipment contains 5 or more cartons, cartons must be palletized and securely fastened on the pallet by shrink wrapping &/or banding. Delivery: Deliver 3 million sheets on January 10, 2018 (not before) and the remainder on January 19, 2018 (not before). Sample Required: Any potential vendor must submit 2,000 sheets (2 reams) to the POC at address below by the close of the RFQ to be considered for award. The samples will be evaluated within 5 business days of receipt, for uniformity and consistency with the stated specifications. Vendor may not proceed to manufacture paper until contract award is made. No delivery is allowed prior to the date stated on the contract. Care must be taken to ensure that quality does not degrade from point of sample creation / manufacture through delivery. CLIN 0001 QTY 2,200 @ $_________________ EACH = $_______________ TOTAL Delivery Address: Shipping shall be FOB Destination to Attn: Patricia Tritt, Production Supervisor DLA DOCUMENT SERVICES MG E J BEAN FEDERAL CENTER, 8899 E 56TH ST, COLUMN 138H, INDIANAPOLIS, IN, 46249. Email: patricia.tritt@dla.mil Special Delivery Instructions: Make FREIGHT deliveries to SE Dock, located just south of 56th Street on Post Road. Truck needs to be level with a 50" high loading dock. We are located in a federal facility protected by Homeland Security. Delivery protocol will be enforced. Carriers not following this protocol may be turned away at their expense. FREIGHT deliveries must be scheduled AT LEAST 3 WORKING DAYS IN ADVANCE by providing Delivery Date/Time and Carrier Name to DLA DOCUMENT SERVICES (317-510-3606 or 317-510-4497). FREIGHT deliveries are accepted Monday - Friday 0700 - 1400 - Truck Drivers must present a valid driver's license. - Weapons or illegal drugs in the vehicle or in the driver's possession are not permitted. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. All invoicing under this contract will be accomplished via Wide Area Workflow (WAWF). 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 204.1104. Registration may be completed online at: https://www.acquisition.gov. 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) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (4) Unit Price and extended price for CLIN (5) Technical information (as stated below under FAR 13.106-2) 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 Evaluation of Quotations or Offers - The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed priced contract to the lowest price, technically acceptable contractor whose quote represents the lowest price. Therefore, to be considered for award, contractors are required to submit descriptive product literature/technical information which clearly indicates the product offered meets the Government minimum requirements. ALL attributes from the required specifications MUST be addressed in the technical information. This information will be used to determine technical acceptability. If all attributes from the required specifications are not addressed, the quote will be considered non-responsive. Technical information will be evaluated for acceptability (only) on a pass/fail basis and will not be rated. Any contractor who has submitted technically acceptable product information will then have its quote evaluated for price. FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies. Additional required clauses other than those above may be included as Addenda on the award document. All questions and inquiries should be addressed via email to the Contract Specialist POC, chad.parent@dla.mil - Request for Quotation Number SP7000-18-Q-1003. Offerors responding to this announcement must submit their quotation via email to chad.parent@dla.mil. All quotes must be received by October 20, 2017 at 3:00 PM Eastern to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DAPS/SP7000-18-Q-1003/listing.html)
 
Place of Performance
Address: DLA DOCUMENT SERVICES MG E J BEAN FEDERAL CENTER, 8899 E 56TH ST, COLUMN 138H, INDIANAPOLIS, Indiana, 46249, United States
Zip Code: 46249
 
Record
SN04711184-W 20171013/171011231318-b60e16234e0c39ab372d3a6e7ffd818b (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.