SOLICITATION NOTICE
81 -- WEATHER RESISTANT BOX SET FOR DLA DISTRIBUTION ANNISTON, A; - SPI AM13028723
- Notice Date
- 6/25/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 322211
— Corrugated and Solid Fiber Box Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3300-13-Q-0106
- Archive Date
- 9/30/2013
- Point of Contact
- Julie A Metzger, Phone: 717 770-6243
- E-Mail Address
-
julie.metzger@dla.mil
(julie.metzger@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SPI AM13028723 DLA Distribution Anniston, AL (DDAA) has a requirement to purchase packaging components for the packaging of a machine gun. The Special Packaging Instructions consist of weather resistant boxes, foam inserts, bags, wrap, and tape to be provided in accordance with Army's Special Packaging Instruction (SPI). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with 13.5 of the Federal Acquisition Regulations (FAR) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is SP3300-13-Q-0106. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-66 effective 01 Apr 2013 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20130522 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2013-53. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This solicitation is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) code for this acquisition is 322211 and the small business size standard is 500 employees. To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award management (SAM) Registration database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at https://www.sam.gov Wide Area WorkFlow: As of October 15, 2012, DLA Distribution Acquisition Operations began using the Department of Defense Wide Area WorkFlow (WAWF) Receipt and Acceptance system to process invoice and acceptance documents. WAWF is a free paperless application, which eliminates time and expenses of mail processing. It is also a secure method of invoicing. With on-line validation, contractors can monitor acceptance and payment documents for accuracy, which means fewer rejected invoices and fewer delayed payments. The WAWF website is at https://wawf.eb.mil/. The web site contains instructions for registration and use, including how contractors submit invoices via WAWF. The Contractor shall provide the packaging components required for the Government to pack the M2A1 Machine Gun. Component specifications are detailed in the Schedule of Supplies and Services and in the attached Army Special Packaging Instruction (SPI) AM13028723. All dimensions are "inner dimensions" in inches. The bag dimensions are between inner seal edges. PACKING AND SHIPPING REQUIREMENTS: All deliveries shall be packed and packaged in accordance with the best commercial practices to insure safe delivery to destination. The Contractor shall adequately seal packages containing VCI Wrap or VCI Bags to prevent loss of VCI qualities. Pallets must meet the requirements of International Standards for Phytosanitary Measures (ISPM) 15. The Contractor shall palletize 15 containers (Part Number 906571) and contents (Part Numbers 10-25008-00 and 906570) per 40" X 48" heat treated wood pallet and secure with stretch wrap. Part Number on SPI AM 13028723: 906571 Box shall be assembled. Part Number on SPI AM 13028723: 10-25008-00 Box shall be assembled and placed inside Part Number 906571 for shipment. Part Number on SPI AM 13028723: 906570 Foam insert set shall be placed in Part Number 10-25008-00 for shipment. Part Number on SPI AM 13028723: 905178 Bags shall be consolidated and packed with the outer container clearly marked with the SPI Part Number. Part Number on SPI AM 13028723: 906016 Boxes shall be shipped knocked-down. Boxes shall be bundled and clearly marked with the SPI Part Number. Part Number on SPI AM 13028723: 902524 Bags shall be consolidated and packed with the outer container clearly marked with the SPI Part Number. Part Number on SPI AM 13028723: 914534 Tubes shall be consolidated and packed with the outside container clearly marked with the SPI Part Number. Part Number on SPI AM 13028723: 902504 Bags shall be consolidated and packed with the outer container clearly marked with the SPI Part Number. Part Number on SPI AM 13028723: 905204 Bags shall be consolidated and packed with the outer container clearly marked with the SPI Part Number. Part Number on SPI AM 13028723: 905202 Bags shall be consolidated and packed with the outer container clearly marked with the SPI Part Number. Part Number on SPI AM 13028723: 905515 Wrap shall be consolidated and packed with the outer container clearly marked with the SPI Part Number. Part Number on SPI AM 13028723: ASTM D5486/D5486M Tape shall be consolidated and packed with the outer container clearly marked with the SPI Part Number. DELIVERY SCHEDULE: The Government requires monthly deliveries in the quantities specified in the following table: CLIN MONTHLY QUANTITY 0001 500 each 0002 500 each 0003 500 sets 0004 600 each 0005 500 each 0006 1,000 each 0007 1,000 each 0008 1,000 each 0009 500 each 0010 500 each 0011 500 each 0012 48 rolls DELIVERY POINT IS FOB DESTINATION SHIP TO ADDRESS: DLA Distribution Anniston 7 Frankford Avenue Bldg. 362 Central Receiving Anniston, AL 36201 NOTE: The Contractor shall submit a complete box set within 15 calendar days after date of contract award to the Government Point of Contact (POC) at DLA Distribution Anniston, AL for approval. Within 5 calendar days after receipt of the samples, the Government POC shall notify the contractor concerning acceptability of the samples at no cost to the Government. After receipt of Government sample approval, the contractor shall perform deliveries. SCHEDULE OF SUPPLIES CLIN 0001: Part Number 906571 Shipping Box Variety: Single Wall Grade: V3C Style: Full Overlap Slotted Box (FOL) Type: Corrugated Fiberboard Size: 50.5" X 13.75" X 11" Class: Weather Resistant (WR) Stitched Out Joint Assembly Stapled Recycled Content 25-30% post-Consumer Material ASTM-D5118/ASTM-D5118M and current changes apply. Special Markings shall be on outer and inner flaps in.75 black lettering, all capitals: REUSABLE CONTAINER. DO NOT DESTROY. TO REMOVE CONTENTS, CUT TAPE ONLY ON OUTER SIDE EDGES OF BOX. 5,000 EACH @ $______________ EACH = $______________ TOTAL CLIN 0002: Part Number 10-25008-00 Shipping Box Variety: Single Wall Grade: V3C Style: Full Overlap Slotted Box (FOL) Type: Corrugated Fiberboard Size: 49.6" X 12.25" X 9.5" Class: Weather Resistant (WR) Stitched Out Joint Assembly Stapled Recycled Content 25-30% post-Consumer Material ASTM-D5118/ASTM-D5118M and current changes apply. Special Markings shall be on outer and inner flaps in.75 black lettering, all capitals: REUSABLE CONTAINER. DO NOT DESTROY. TO REMOVE CONTENTS, CUT TAPE ONLY ON OUTER SIDE EDGES OF BOX. 5,000 EACH @ $______________ EACH = $______________ TOTAL CLIN 0003: Part Number 906570 Pre-formed foam insert set (3 piece) Foam insert set shall be constructed in accordance with note 17 instructions on pages 6-9 of the SPI. 5,000 SET @ $______________ SET = $______________ TOTAL CLIN 0004: Part Number 905178 Bag, Barrier Size: 31.0" X 68.0" MIL-PRF-131K, Class 1 and current changes apply. 6,000 EACH @ $______________ EACH = $______________ TOTAL CLIN 0005: Part Number 906016 Shipping Box-BII Variety: Single Wall Grade: W5C Size: 5.0" X 3.0" X 7.25" Style: Regular Slotted Box (RSC) Material: Fiberboard Type: Corrugated Fiberboard Class: Weather Resistant (WR) Knocked Down Joint Assembly Glued or Stapled Recycled Content 25-30% post-Consumer Material ASTM-D5118/ASTM-D5118M and current changes apply. 5,000 EACH @ $______________ EACH = $______________ TOTAL CLIN 0006: Part Number 902524 Bag, Barrel Size: 6.0" X 54.0" MIL-DTL-22020, Type 1 and current changes apply. 10,000 EACH @ $_____________ EACH = $______________ TOTAL CLIN 0007: Part Number 914534 Tubes, Barrel Size: 3.0" X 48.0" PPP-T-495, Type II, Style 2, Class D and current changes apply. 10,000 EACH @ $______________ EACH = $______________ TOTAL. CLIN 0008: Part Number 902504 Bag, Extractor & Carry handles Size: 8.0" X 8.0" MIL-DTL-22020, Type 1, and current changes apply. 10,000 EACH @ $______________ EACH = $______________ TOTAL CLIN 0009: Part Number 905204 Bag, Manual Size: 8.0" X 11.5" MIL-DTL-117, Type III, Class B, Style 2 and current changes apply. 5,000 EACH @ $______________ EACH = $______________ TOTAL CLIN 0010: Part Number 905202 Bag, Mitten Size: 7.0" X 21.0" MIL-DTL-117, Type III, Class B, Style 2 and current changes apply. 5,000 EACH @ $_____________ EACH = $______________ TOTAL CLIN 0011: Part Number 905515 Wrap, Receiver Size: 36.0" X 48.0" MIL-PRF-22019E, Type 1, Class 1 and current changes apply. 5,000 EACH @ $______________ EACH = $______________ TOTAL CLIN 0012: Part Number ASTM D5486/D5486M Tape, Adhesive Size: 2" X 120 yds with 3 inch core ASTM-D5486, Type V and current changes apply. 480 ROLLS @ $______________ ROLL = $______________ TOTAL Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The following FAR and DFARS clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) products samples, (e) multiple offers and (h) multiple awards. FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Provision) FAR 52.215-5 Facsimile Proposals FAR 52.216-1 Type of Contract The Government contemplates award of a firm-fixed price contract. DLAD 52.215-9023 REVERSE AUCTION (NOV 2012) The Contracting Officer may utilize on-line reverse auctioning as a means of conducting price discussions under this solicitation. If the Contracting Officer does not conduct a reverse auction, award may be made on the basis of initial offers or following discussions not using reverse auctioning as a pricing technique. If the Contracting Officer decides to use on-line reverse auctioning to conduct price negotiations, the Contracting Officer will notify offerors of this decision and the following provisions will apply. (a) The award decision will be made in accordance with the evaluation factors as set forth in the solicitation. The reverse on-line auction will be used as a pricing technique during discussions to establish the final offered prices from each offeror. These prices will be used in conjunction with the evaluation factors stated elsewhere in the solicitation in order to make the award decision in accordance with the basis for award stated in the solicitation. (b) Following the decision to conduct discussions using on-line reverse auctioning as a pricing technique, the Contracting Officer or his/her representative will provide offerors determined to be in the competitive range with information concerning the on-line auction process. The Government intends to use a commercial web-based product to conduct the reverse auction. (c) Prior to or simultaneously with conducting the on-line reverse auction, the Contracting Officer may hold discussions with the offerors concerning matters appropriate for discussion, such as issues involving technical proposals or unbalanced pricing. (d) The lowest offeror's price(s) for each round of the reverse auction will be disclosed to other offerors and anyone else having authorized access to the on-line auction. This disclosure is anonymous, meaning that each offeror's identity will be concealed from other offerors (although it will be known to the Government; only a generic identifier will be used for each offeror's proposed pricing, such as "Offeror A" or "lowest-priced offeror"). By submitting a proposal in response to the solicitation, offerors agree to participate in the reverse auction and that their prices may be disclosed, including to other offerors, during the reverse auction. (e) The reverse auction system currently in use designates offers as "Lead," meaning the current low price in that auction, or "Not Lead," meaning not the current low price in that auction. In the event of a tie offer, the reverse auction provider's system designates the first offer of that price as "Lead" and the second or subsequent offer of that price as "Not Lead." Offerors shall not submit a tie offer, since this is inconsistent with the purpose of the reverse auction. If a tie offer is submitted, the "Not Lead" offeror that submitted the tie offer must offer a changed price; it will be ineligible for award if the final price in the auction is the tie offer price. (f) An offeror's final auction price at the close of the reverse auction will be considered its final proposal revision. No price revisions will be accepted after the close of the reverse auction, unless the Contracting Officer decides that further discussions are needed and final proposal revisions are again requested in accordance with Federal Acquisition Regulation (FAR) 15.307, or the Contracting Officer determines that it would be in the best interest of the Government to re-open the auction. (g) The following information is provided regarding the procedures to be followed if a reverse auction is conducted. (1) Each offeror identified by the Contracting Officer as a participant in the reverse auction will be contacted by Defense Logistic Agency's commercial reverse auction service provider to advise the offeror of the event and to provide an explanation of the process. (2) In order for an Offeror to participate in the reverse auction, such offeror must agree with terms and conditions of the entire solicitation, including this provision, and agree to the commercial reverse auction service provider's terms and conditions for using its service. Information concerning the reverse auction process and the commercial service provider's terms and conditions is embedded within the email notification sent by the on-line reverse auction pricing tool system administrator. (3) Offerors shall secure the passwords and other confidential materials provided by the commercial reverse auction service provider or the Government and ensure they are used only for purposes of participation in the reverse auction. Offerors shall keep their own and other offerors' pricing in confidence until after contract award. (4) Any offeror unable to enter pricing through the commercial reverse auction service provider's system during a reverse auction must notify the Contracting Officer or designated representative immediately. The Contracting Officer may, at his/her sole discretion, extend or re-open the reverse auction if the reason for the offeror's inability to enter pricing is determined to be without fault on the part of the offeror and outside the offeror's control. (5) The reverse auction will be conducted using the commercial reverse auction service provider's website as embedded in the email notification. Offerors shall be responsible for providing their own computer and internet connection. (6) Training: (i) The commercial reverse auction service provider and/or a Government representative will provide familiarization training to offerors' employees; this training may be provided through written material, the commercial reverse auction service provider's website, and/or other means. (ii) An employee of an offeror who successfully completes the training shall be designated as a 'trained offeror.' Only trained offerors may participate in a reverse auction. The Contracting Officer reserves the right to request that offerors provide an alternate offeror employee to become a 'trained offeror.' The Contracting Officer also reserves the right to take away the 'trained offeror' designation from any trained offeror who fails to abide by the solicitation's or commercial reverse auction service provider's terms and conditions. (End of Provision) DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer's decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) 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) Unit Price and extended prices for all CLIN(S) (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (5) Past performance information as requested at FAR 13.106-2 Evaluation of Quotations or Offers. (6) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 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 https://www.sam.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 award one purchase order as a result of this Request for Quote to the responsible offeror whose offer conforms to the solicitation using the Lowest Price Technically Acceptable (LPTA) source selection procedures. Quotes shall be evaluated for acceptability only and shall not be rated. One award will be made to the total overall lowest price quoted for all CLINs. In order to be considered for an award, an offer must be provided for all CLINS. Award will be based on the lowest evaluated price of quotes meeting or exceeding the acceptability standards for the non-cost factor, Past Performance Record. An offeror who has been found to have a satisfactory past performance will then have its proposal evaluated for the lowest price. (a) Past Performance - This standard is based upon the offeror's ability to substantiate credible examples of past performance associated with their commercial and/or Government offerings, including delivery, schedule compliance, product quality and overall customer satisfaction. Evaluation of past performance will be a subjective assessment based on consideration of all relevant facts and circumstances; it will not be based upon absolute standards of acceptable performance. The Government will seek to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely service. The minimum criteria for acceptability under this factor shall be information submitted by the offerors' from three (3) sources that clearly indicate they have satisfactorily provided the same or similar product commercially or to the Government within the past three (3) years. This information shall include: a. Contract Number b. Point of Contact c. Telephone number d. Dollar Amount of Contract e. Brief description of product provided The Government is not limited to the information provided above, but reserves the right to independently seek past performance information through open market contacts, government systems, and other government agencies. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. Addenda to 52.212-4; the following clauses apply: FAR 52.247-34 FOB Destination FAR 52.252-2 - Clauses Incorporated by Reference This contract incorporates on or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (in paragraph (b) the following clauses apply: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-14 Limitations on Subcontracting FAR 52.219-28 Post Award Small Business Program Rerepresentation 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 Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.222-40 Notification of Employee Rights Under The National Labor Relation Act FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13 Restriction on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: FAR 52.203-3 Gratuities DFARS 252.203-7000 Requirement Relating to Compensation of Former DoD Officials DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.225-7036 Buy American Act - Free Trade Agreement - Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 525.243-7002 Requests for Equitable Adjustment DFARS 252.247-7023 Transportation of Supplies by Sea Clauses Incorporated by Reference: DLAD 52.211-9033 Packaging and Marking Requirements DLAD 52.247-9034 Point of Contact for Transportation Instructions DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252-203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.232-7010 Levies on Contract Patents DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). ________________2-in 1 Invoice _______________________________ (Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. ___________________________________________________________ (Contracting Officer: Insert inspection and acceptance locations or "Not applicable.") (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC W15BW9 Issue By DoDAAC SP3300 Admin DoDAAC SP3300 Inspect By DoDAAC N/A Ship To Code N/A Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) SB3540 Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A (*Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance locations apply, or "Not applicable.") (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. ___________Julie.Metzger@dla.mil___________________________________ (Contracting Officer: Insert applicable email addresses or "Not applicable.") (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. ___________Kenneth.Decker@dla.mil___________________________________ (Contracting Officer: Insert applicable information or "Not applicable.") (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) (a) This clause only applies when wood packaging material (WPM) will be used to make shipments under this contract and/or when WPM is being acquired under this contract. (b) Definition. Wood packaging material (WPM) means wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame and cleats. The definition excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood, particleboard, veneer, and oriented strand board (OSD). (c) All Wood Packaging Material(WPM) used to make shipments under DOD contracts and/or acquired by DOD must meet requirements of International Standards for Phytosanitary Measures (ISPM) 15, "Guidelines for Regulating Wood Packaging Materials in International Trade." DOD shipments inside and outside of the United States must meet ISPM 15 whenever WPM is used to ship DOD cargo. (1) All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT) in accordance with American Lumber Standard Committee, Incorporated (ALSC) Wood Packaging Material Program and WPM Enforcement Regulations (see http://www.alsc.org/). (2) All WPM shall include certification/quality markings in accordance with the ALSC standard. Markings shall be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC approved DUNNAGE stamp. (d) Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The Agency reserves the right to recoup from the Contractor any remediation costs incurred by the Government. (End of Clause) NOTE: The Government is not soliciting for the "same old way" of doing business. The Government encourages proposals that will achieve savings through innovative processes. Furthermore, DLA Distribution personnel are working to eliminate unnecessary requirements and negotiating for a reduction in supplies and services prices. Therefore, your assistance is requested in reducing prices and improving our buying processes. Offerors responding to this announcement shall submit their quotations via FAX to Julie Metzger, 717-770-7244 or e-mail to Julie.Metzger@dla.mil. All quotes must be received by JULY 25, 2013 AT 3:30 PM EST to be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-13-Q-0106/listing.html)
- Place of Performance
- Address: DLA Distribution Anniston, 7 Frankford Ave., Bldg. 362 Central Receivin, Anniston, Alabama, 36201, United States
- Zip Code: 36201
- Zip Code: 36201
- Record
- SN03099144-W 20130627/130625235230-33ab43d34c6c52f8cb30e592ebecf24b (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 |