Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
SOLICITATION NOTICE

93 -- Paper rolls 11" x 500' 20lb with 3" core - SP7000-18-Q-1045 Combined Synopsis-Solicitation - Attachment 1 52.212-4 - Attachment 2 52.212-5

Notice Date
3/7/2018
 
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-1045
 
Archive Date
3/29/2018
 
Point of Contact
Chad R. Parent, Phone: 7177708665, Sarah R. Sprinkle, Phone: 7177708683
 
E-Mail Address
chad.parent@dla.mil, sarah.sprinkle@dla.mil
(chad.parent@dla.mil, sarah.sprinkle@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2 52.212-5 Attachment 1 52.212-4 SP7000-18-Q-1045 RFQ 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), SP7000-18-Q-1045. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-97 effective 24 JAN 2018, and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20180131 edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5, and PROCLTR 2018-03. 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 11" x 500' 20lb. white bond paper on rolls with 3"core (untaped and unglued). CLIN 0001 - Paper, 11" x 500' 20lb. white bond paper on rolls with 3" core, weight 75 grams, smoothness 140 (Sheffield Units), brightness 92%, opacity 88% and moisture content 4.6% (+/-.2) (untaped and unglued). QTY: 2000 Rolls CLIN 0001 QTY 2,000 @ $_________________ EACH = $_______________ TOTAL Delivery: 15 days after date of award Delivery Address: Shipping shall be FOB Destination to Attn: Minsoo Yoon DLA Document services, 5450 Carlisle Pike, BLDG. 06, Mechanicsburg, PA 17050-2411. Special Delivery Instructions: Receiving Hours Monday - Friday 0700-1500 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 andCertifications-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 theinternet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to completethe 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-1045. Offerors responding to this announcement must submit their quotation via email to chad.parent@dla.mil. All quotes must be received by March 14, 2018 at 1:00 PM Eastern to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DAPS/SP7000-18-Q-1045/listing.html)
 
Place of Performance
Address: 5450 Carlisle Pike, Bldg. 06, Mechanicsburg, Pennsylvania, 17050-2411, United States
Zip Code: 17050-2411
 
Record
SN04845810-W 20180309/180307231406-dd89435fa882e5082833a9017eb2b1c3 (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.