Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2012 FBO #3942
SOLICITATION NOTICE

81 -- Cardboard Containers and pads

Notice Date
9/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
322211 — Corrugated and Solid Fiber Box Manufacturing
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-12-T-DB16
 
Response Due
9/14/2012
 
Archive Date
11/13/2012
 
Point of Contact
David Burke, 3097827532
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(david.j.burke45.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. 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 Request for Quote (RFQ) is issued as a Small Business Set-Aside and will result in a single contract award. This RFQ is issued using Simplified Acquisition Procedures pursuant to FAR Part 13. RFQ W52P1J-12-T-DB16 is hereby issued for quotes only. The offeror that has the lowest overall quote and can meet all supply requirements below will be awarded a purchase order. Requirement is for the following in accordance with the attachment 0002: 1)4,000 each, Cardboard Containers (ASTM D5118), Style RSC, Grade V3C; Class WR; Size: 11 1/4" x 8 3/4" x 10 1/8" 2)16,000 each, Bottom Pads (ASTM D4727), Grade V3c; Class WR; Fabricate bottom pads as shown in attachment 0002. The pads shall have cut-outs to accommodate the connector on the bottom of the discharger. 3)8,000 each, Foam Blocking Pads (A-A-59136), Type I; Grade A; Class 2; Size: 8 1/4" x 1 3/4" x 1 1/2"; See attachment 0002 for drawing. Fabricate foam blocking pads as shown on attachment 0002. - Assemble two (2) foam blocking pads onto one side of a bottom pad in accordance with page 1 of attachment 0002. Place this assembly on top of the remaining three bottom pads already in place, making sure the cut-out areas are aligned. Foam blocking pads shall be secured to the bottom pad using an adhesive that doesn't degrade either piece. 4)4,000 each, Top Pad (ASTM D4727), Grade V3c; Class WR; Size: 8 1/8" x 10 5/8"; See attachment 0002 for drawing. The top pad shall have a finger hole cut-out, as shown on attachment 0002. 5) Must be able to deliver a minimum quantity of 1,000 assemblies on 28 September 2012. An assembly is defined as 1 cardboard container, 4 bottom pads, 2 foam blocking pads, and 1 top pad. The remaining quantity of 3,000 assemblies must be delivered every 30 days in quantities of 1,000 each. - Each vendor shall address whether they are capable of meeting this schedule. An accelerated delivery schedule is not acceptable. 6) Cardboard containers shall remain flat for delivery. All other items included can be packaged separately using commercial standard packaging. 7) Prices must be firm-fixed and include shipping costs. 8) Must have appropriate markings on all cardboard containers IAW MIL-STD-129 9) A Certificate of Conformance (CoC) shall be required for ALL packaging materials and container including applicable specifications and standards specified in this RFQ; and palletization and marking requirements. Format and content shall be in accordance with the purchase order and as a minimum shall consist of documentation on company letterhead; contractor's name, address, phone number, contract number, item name, part number and/or national stock number, a statement specifying what it complies with (i.e. material, size, specification, standard), dated, printed name and title of certifying official, and shall be signed. 10) Signed copies of Attachment 0001and 0003 is required to be submitted with your quote. The following FAR and DFARS solicitation provisions and clauses are incorporated clauses are incorporated by reference: 52.204-7 CENTRAL CONTRACTOR REGISTRATION APR/2008 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS JUN/2008 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS ALTERNATE I (OCT 2010) APR/2002 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS MAR/2009 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES EXECUTIVE ORDERS--COMMERCIAL ITEMS FEB/2010 (Applicability includes Paragraph (b) items 12, 23, 26, 27, 28, 29, 30, 42, 45, and 47) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE NOV/2009 (Applicability includes Paragraph (b) items 1, 6(i), 23, and 24) The following attachments are hereby incorporated by reference: Attachment 0001 - DFARS 252.209.7999 - Representation by Corporations Regarding Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law Attachment 0002 - Drawings Attachment 0003 - FAR 52.212-3 (c-o) - Offer Representations and Certifications Wide Area Workflow (WAWF) will be required for invoicing purposes on any resulting contract associated with this solicitation. Interested vendors must have a valid cage code and be registered in the System for Award Management (SAM) database in order to receive Government contracts. ***NOTE*** - The CCR and Online Representations and Certifications Application (ORCA) databases have been consolidated and migrated into a new web-site called the System for Award Management (SAM). Inspection, Acceptance and Delivery will be at FOB Destination - Rock Island Arsenal, Rock Island, IL 61299. Quotes are due by COB on 14 September 2012. All quotes are to be submitted electronically to the following email address: david.j.burke45.civ@mail.mil. Email is the only acceptable method for receiving quotes in regards to this RFQ. Questions may be addressed electronically to the following email address: David Burke at david.j.burke45.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e9f7adfcaf4892773a222dd0ebd5de11)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02873402-W 20120909/120908001746-e9f7adfcaf4892773a222dd0ebd5de11 (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.