Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2006 FBO #1797
SOLICITATION NOTICE

81 -- STRETCH WRAP

Notice Date
10/26/2006
 
Notice Type
Solicitation Notice
 
NAICS
326112 — Plastics Packaging Film and Sheet (including Laminated) Manufacturing
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-A, Bldg 81, New Cumberland, PA, 17070-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-SB3100-6297-3092
 
Response Due
12/1/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The Defense Distribution Depot Susquehanna (DDSP), New Cumberland, PA has a requirement for the purchase of stretch wrap as stated below: 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP). Reference Number is SB3100-6297-3092. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2005-13 and DFARS Change Notice (DCN) 20061004. This solicitation is 100% set aside for small business concerns. The North American Industry Classification System (NAICS) code is 326112 and the associated size standard is 500 employees to be classified as a small business concern. For small business set-asides other than for construction or services, any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer. Line Items 0001, 0002 and 0003 Deliver to: Defense Distribution Dept San Joaquin (DDJC) Supply Branch ? Warehouse 3 25600 S Chrisman Road Tracy, CA 95376 Line Item 0001 ? Stretch wrap ? 72 rolls @ $______________roll = ___________ (Price quoted should be quoted FOB destination) Contractor shall provide delivery schedule ? 14 days after receipt of contract. Size 20 inches wide X 1000 feet, 80 gauge, with handle, 4 rolls per case Line Item 0002 ? Stretch wrap ? 360 rolls @ $______________roll = ___________ (Price quoted should be quoted FOB destination) Contractor shall provide delivery schedule ? 14 days after receipt of contract. Size 5 inches wide X 1000 feet, 80 gauge, clear, 12 rolls per case, one dispenser handle per case Line Item 0003 ? Stretch wrap ? 640 rolls @ $______________roll = ___________ (Price quoted should be quoted FOB destination) Contractor shall provide delivery schedule ? 14 days after receipt of contract. Size 20 inches wide X 5000 feet, 90 gauge, 36 lbs minimum weight, co-extruded linear low density polyethylene (LLPDE) cast film with 3 inch core, 40 rolls per pallet Line Items 0004, 0005, 0006, and 0007 Deliver to: Defense Distribution Depot Susquehanna (DDSP) DDSP-OMP ? Building 203, Door 12 5450 Carlisle Pike Mechanicsburg, PA 17055 Line Item 0004 ? Stretch wrap ? 48 rolls @ $______________roll = ___________ (Price quoted should be quoted FOB destination) Contractor shall provide delivery schedule ? 14 days after receipt of contract. Size 50 inches wide X .0008 inches (8/10 Mil) to .001 inches (1 Mil) thickness X 5000 feet per roll, 80 gauge, Color: transparent after three wraps ? package logos readable, co-extruded polyethylene film. Core ID: 3 inches. Capable of/for use with machines have pre-stretch of 250 percent, 16 rolls per pallet. Line Item 0005 ? Stretch wrap ? 100 cases @ $______________case = ___________ (Price quoted should be quoted FOB destination) Contractor shall provide delivery schedule ? 14 days after receipt of contract. Size 20 inches wide X 1000 feet, 70 gauge, 20.76 lbs, hard core with handle on each end of core, 4 roll per case Line Item 0006 ? Stretch wrap ? 80 rolls @ $______________roll = ___________ (Price quoted should be quoted FOB destination) Contractor shall provide delivery schedule ? 14 days after receipt of contract. Co-extruded polyethylene film, 30 inches wide X 0.0008 inches (8/10) thickness X 6000 feet per roll, 80 gauge, color: transparent after three wraps, i.e. package logos readable, core ID: 3 inches, roll diameter: 9 ? inches, capable of/for use with machines having pre-stretch of 250 percent, 20 rolls per pallet Line Item 0007 ? Stretch wrap ? 840 rolls @ $______________roll = ___________ (Price quoted should be quoted FOB destination) Contractor shall provide delivery schedule ? 14 days after receipt of contract. Co-extruded polyethylene film, Size: 20 inches wide X 0.0008 inches (8/10 Mil) thickness X 6000 feet per roll, 80 gauge, color: transparent after three wraps, i.e. package logos readable, core ID: 3 inches, roll diameter: 9 ? inches, capable of/for use with machines having pre-stretch of 250 percent, 40 rolls per pallet The following FAR and DFARS 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 applies to this acquisition. Addenda to 52.212-1: The following four paragraphs are hereby deleted from this provision: (d) Product Samples (e) Multiple Offers (h) Multiple Awards and (i) Availability of requirements documents cited in the solicitation. 52.212-2 EVALUATION ? COMMERCIAL ITEMS (JAN 1999) (a) The Government intends to award a contract or contracts resulting from this solicitation to a responsible offeror or offerors using the lowest price technically acceptable source selection process. Proposals shall be evaluated for acceptability only and shall not be rated. Award will be based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for the non-cost factors. The following non-cost factors shall be used to evaluate proposals: Factor 1 ? Technical capability of the products offered to meet the Government?s requirement and Factor 2 ? Past Performance. Factor 1 shall be evaluated on a ?go/no go? basis. If a proposal has been determined to be a ?go? on Factor 1, then Factor 2 will be evaluated to determine if the offeror?s past performance history is satisfactory. An offeror who has submitted a technically acceptable proposal and who has been found to have a satisfactory past performance history will then have its proposal evaluated for the lowest price. In the evaluation of the lowest price, the Government will determine the advantages and disadvantages that might result from making more than one award (multiple awards). It is assumed, for the purposes of evaluating offers, that $500.00 would be the administrative cost to the Government for issuing and administering each contract awarded under this solicitation, and individual awards will be for the items or combination of items that result in the lowest aggregate cost to the Government, including assumed administrative costs. Factor 1 ? Technical capability of the products offered to meet the Government?s requirement The minimum criteria for acceptability for this factor shall be the submission of descriptive literature that clearly indicates that the offeror is proposing and will be providing all products in accordance with the stated characteristics located in the Schedule of Supplies/Services. Descriptive literature must be provided for Line Items 0001 through 0007. Descriptive literature shall also indicate the stretch wrap manufacturer. This information must be provided since the manufacturer must be a small business in accordance with FAR 52.219-6. ?Descriptive literature? means information (e.g., cuts, illustrations, drawings and brochures) that is submitted as part of a proposal. Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product offered that specified elsewhere in the solicitation and pertain to significant elements such as (1) design, (2) materials, (3) components, (4) performance characteristics and (5) methods of manufacture, assembly, construction or operation. The term includes only information required to determine the technical acceptability of the offered product. Descriptive literature must be (1) identified to show the CLIN to which it applies and (2) received by the date and time specified in the solicitation for the receipt of offers. Failure to submit descriptive literature or failure of descriptive literature to show that the product offered conforms to the requirements of this solicitation may result in the rejection of the offer. Factor 2 ? Past Performance By past performance, the Government means the offeror?s record of conforming to the solicitation specifications and to standards of good workmanship; the offeror?s adherence to contract schedules, including the administrative aspects of performance; the offeror?s reputation for record of reasonable and cooperative behavior and commitment to customer satisfaction; and generally the offeror?s business-like concern for the interest of the customer. Evaluation of past performance will be a subjective assessment based on consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance. The Government is seeking to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely deliveries. Offerors who have submitted a technically acceptable proposal will be given an opportunity to address any unfavorable reports of past performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. In evaluating an offeror?s past performance record, the Government will consider information in the offeror?s proposal and any information which may be obtained from other sources, including (as applicable) past and present customers and their employees; state and local agencies; other DoD components; other Federal Agencies; consumer protection organizations and better business bureaus; other public agencies; private firms, and former subcontractors; and others who may have useful information. The information provided should reflect similar type contracts for the same or similar type products under an indefinite delivery type arrangement. The offeror shall provide: a. A list of contracts, preferably three, commercial or government that have been performed within the last five (5) years. This list shall include: point of contact, address, telephone number, dollar amount of contract, performance schedule and a brief description of the services provided. b. A list of any ?significant problems? encountered for the contracts reported in response to paragraph (a) above. General examples are: shortages, overages, damage and misshipments. Include also a brief description concerning how these problems were handled and remedied. References may be contacted as part of the evaluation process. Price If a proposal has been determined acceptable under each of the non-price factors listed above, the Government will then evaluate the proposal for the lowest price. Although the Government intends to award a firm-fixed price contract as a result of this solicitation, the Government reserves the right to reject any and all proposals. Contractors are required to include a completed copy of the FAR provision 52.212-3, Offeror Representations and Certifications ? Commercial Items (Alternate I) and DFARS provision 252-212-7000, Offeror Representations and Certifications ? Commercial Items with its price proposal, proposed stretch wrap descriptive literature and past performance information. FAR clause 52.212-4 ? Contract Terms and Conditions ? Commercial Items applies to this acquisition to this acquisition. Addenda to FAR 52.212-4: FAR 52.211-16 ? Variation in Quantity (+/- 10%) FAR.211-17 ? Delivery of Excess Quantities FAR 247-34 ? FOB Destination 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 FAR clauses are applicable to this acquisition: FAR 52.203-6 ALT I - Restrictions on Subcontractor Sales to the Government FAR 52.219-6 - Notice of Total Small Business Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor?Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.225-3 Buy American Act ? Free Trade Agreement ? Israeli Trade Act, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration, FAR 52.232-36, Payment by Third Party 252.212-7001 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL. The following additional clauses/provisions are applicable to this acquisition: DFARS 252.225-7021 Trade Agreement, DFARS 252.225-7036 Buy American Act ? Free Trade Agreements?Balance of Payments Program, DFARS 252.247-7023 ? Transportation of Supplies by Sea PACKAGING REQUIREMENTS: All orders shall be packaged and marked in accordance with best commercial practice to insure safe delivery to destination. Note: The Government and awarded contractor(s) will establish for each Line Items as necessary full pallet quantities so that the Government can issue orders in these increments to ensure safe delivery to destination NOTE: All contractors MUST be registered in the Central Contractor Registration (CCR) Database to receive an award. Information on registration may be obtained by calling 1-888-227-2423 or via the internet at www.bpn.gov. Proposals will be accepted by e-mail to Karen.Kaufman@dla.mil or facsimile Attn: Karen Kaufman @ 717-770-7591. Proposal due date and time is due November 1, 2006 @ 2:00PM local time.
 
Place of Performance
Address: MECHANCISBURG, PA 17055 AND, TRACY, CA 95376
Zip Code: 17055
Country: UNITED STATES
 
Record
SN01171072-W 20061028/061026220055 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.