The RFP Database
New business relationships start here

Cushioning/Dunnage Requirements Contract - Multiple DLA Depots


Pennsylvania, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

  NOTICE TO OFFERORS

1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this notice per FAR 12.603(c)(2)(i) and in conjunction with the Federal Acquisition Regulations (FAR) Subpart 13.5 Simplified Procedures for Certain Commercial Items.  This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.  This is a Request for Quotations (RFQ) and the RFQ number is SP3300-19-Q-0070.

2. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-03 effective 12 June 2019 (updated with Class Deviation: 2019-O0009), and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20190531 (effective 31 May 2019) edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 19-04 through 12 (Revised May 14, 2019). The complete text of any of the clauses and provisions are available electronically from the following sites:

FAR- http://farsite.hill.af.mil/- https://www.acquisition.gov/browsefar ;

FARDFARS - https://www.acq.osd.mil/dpap/dars/dfarspgi/current/
DLAD - http://www.dla.mil/HQ/Acquisition/Offers/DLAD.aspx


3. This RFQ is being issued to establish one or more Firm Fixed Priced (FFP) Requirements contract(s) for cushioning and dunnage material packing supplies for DLA Distribution. This is a commercially available requirement needed to sustain multiple CONUS and OCONUS locations. The list of packaging supplies is broken down into three general categories (Quality Products List (QPL) Packaging, Foam Packaging, and Other Packaging).

Any award resulting from this RFQ will be issued on a Standard Form (SF) 1449.

4. This RFQ is solicited as a 100% small business set-aside. The North American Industry Classification System (NAICS) code for this project is 326112 and the size standard is 1,000 employees. The Federal Supply Code (FSC) is 8135 - Packaging and Packing Bulk Materials.

5. Period of Performance:  The estimated Ordering Period shall be on or about as follows:

Base Year: 01 Sep 2019 through 31 Aug 2020.
Option Year 1 (If exercised): 01 Sep 2020 through 31 Aug 2021
Option Year 2 (If exercised): 01 Sep 2021 through 31 Aug 2022
Option Year 3 (If exercised): 01 Sep 2022 through 31 Aug 2023
Option Year 4 (If exercised): 01 Sep 2023 through 31 Aug 2024


6. The contractor shall type company name, address, and Unique Entity Identifier (CAGE) code exactly as it appears in the DoD System for Award Management (SAM) Database.  See paragraph 9 below for more information.

Company Name:       _________________________________
Manufacturer Name:  ­­­­­­­­­­­­­­­­­­_________________________________
Company Address:    _________________________________
                               _________________________________
                               _________________________________
Point of Contact:       ­­­­­­­­­­­­­­­­­­­­­_________________________________
Telephone:               _________________________________
CAGE Code:              _________________________________
EMAIL:                     _________________________________

SYSTEM FOR AWARD MANAGEMENT - A prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance and through final payment of anycontract resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov.

7. REQUIREMENTS FOR PALLETS:

         1.     Material must be shipped on serviceable, winged pallets in accordance with MD00100452, Revision C, dated 09/2016.  Please reference the following link for more information:

https://www.dla.mil/LandandMaritime/Offers/Services/TechnicalSupport/Logistics/Packaging/Palletization.aspx

The complete specification for winged pallets can be found in Part 9 of ANSI MH1.

           2.     The pallet must be heat treated, certified, and stamped or branded with the appropriate certification markings in accordance with DOD Manual 4140.65-M.  

Please reference the DLA Master List of Technical and Quality Requirements for information at this link:   https://www.dla.mil/HQ/Acquisition/Offers/DLAD/TechnicalandQualityMLofRequirements/

Additional information can be found at: 

https://www.dla.mil/LandandMaritime/Offers/Services/TechnicalSupport/Logistics/Packaging/WoodPack.aspx

            3.     Failure to deliver supplies on pallets with these specifications will result in the Government not accepting the shipment when it arrives at destination.

             4.      The offeror must quote shipment of supplies in accordance with this requirement.


8. SCHEDULE OF SUPPLIES (Attachment 2 to RFQ):  Offerors shall quote Firm Fixed Unit Prices for all line items shown on CLIN 0001. Pricing shall be quoted as FOB Destination, with all shipping, packing and packaging charges included in the Firm Fixed Unit Prices for each item.  Vendors must complete pricing for the base and all four option years. All prices must be rounded to two decimal points. Please pay special attention to FAR 52.212-3 Evaluation - Commercial Items and its addenda.

ESTIMATED QUANTITIES: The quantities shown in the Schedule of Supplies are estimated only.  They represent the Government's best-known estimate for each line item.  Payment will be made only for the actual quantities provided to the Government at the price specified.  If the Government requirements do not result in the quantities estimated, such event shall not constitute the basis for an equitable price adjustment under the contract. Contractors must submit an offer for all contract line items (CLINS) to be considered for award.

10. MULTIPLE AWARD: The Government reserves the right to award more than one contract as a result of this solicitation. The Government will separately evaluate the total price for the QPL Packaging (CLINs X001 - X0011), Foam Packaging (CLINs X0012 - X0028), and Other Packaging (CLINs X0029 - X0043) inclusive of Options for the lowest priced, technically acceptable offeror(s). If there is one offeror determined to be lowest priced, technically acceptable for all three CLIN groups, only one award shall be made.

Vendors may submit quotes for only QPL Packaging, Foam Packaging, or Other Packaging, or quotes for all three CLIN groups.
When submitting pricing for the QPL items, please reference Attachment 4 - QPL Clause - Qualification Requirements for special submission instructions. Vendors must complete the clause attachment at 52.209-1 for each QPL item. Vendors must purchase raw material from a source listed on the QPL. QPL's can be found at the following website: http://qpldocs.dla.mil

11. PACKING AND MARKING REQUIREMENTS - All products shall be packaged best commercial practice in accordance with ASTM 3951. All shipments must contain proper shipping documentation. Contractor shall attach, in a water resistant envelope, to the exterior shipping container a commercial packing list. All documents must include at a minimum, contract number and document number for the item, stock number, quantity, and unit of issue. Omission of any data on the shipping documentation could cause a delay in receipt of goods and significantly delay payment.

12. Delivery Information - Delivery Orders: Delivery Orders will be issued by email. Any contracting officer or ordering officer at DLA Distribution is authorized to place orders against this contract.


Delivery: Government requires all cushioning / dunnage material supplies to be delivered with a target of 21 calendar days and a maximum of 30 days after the date of Contractor receipt of a delivery order.

All unit prices will be quoted as FOB Destination.

SHIP TO ADDRESS: See Attachment 1 - Delivery Locations

The primary contract specialist for delivery orders for this contract is:

DLA Distribution Acquisition Operations J7 (AB)
430 Mifflin Avenue, Suite 3102A
New Cumberland, PA 17070
Attn: Joseph Crowley Phone: 717-770-5445
Email: joseph.crowley@dla.mil


13.  MARK CONTRACT NUMBER ON ALL CORRESPONDENCE - The Contractor must mark the contract or purchase order number on all paperwork and shipments. The order number must appear on the exterior of the shipment. Failure to follow these instructions will hold up payment and could result in the return of merchandise at contractor's expense.

14. PROOF OF DELIVERY:

**PLEASE NOTE**

Acceptable Proof of Delivery documents include: Shipping Documentation; Materials Inspection and Receiving Report  (DD250), Bill of Lading, Packing List, Tracking/Delivery Confirmation or Invoice.

To ensure prompt payment to your company, the Proof of Deliveries must include the following:

CONTRACT NUMBER or ORIGINAL DOCUMENT NUMBER
DELIVERY ORDER NUMBER (as applicable)
CLIN /MATERIAL NUMBER
SPECIFIC QUANTITY SHIPPED IN REFERENCE TO QUANTITY ORDERED
PRINTED NAME AND WRITTEN SIGNATURE OF A GOVERNMENT EMPLOYEE

15. Questions shall be submitted by electronic mail to the Acquisition Specialist, Joseph Crowley via email at joseph.crowley@dla.mil , appropriate subject: SP3300-19-Q-0070 Solicitation Question.  Question(s) must be received by 3:30 p.m. Eastern local time on July 17, 2019.  Answers to questions will be posted to the FEDBIZOPPS website via an amendment to the solicitation.

The Government is not soliciting for the "same old way" of doing business.  The Government encourages quotes that will achieve savings through innovative processes.  Furthermore, DLA Distribution personnel are working to eliminate unnecessary requirements and negotiating for a reduction in supplies/material prices.  Therefore, your assistance is requested in reducing prices and improving our buying processes.

16. LIST OF ATTACHMENTS:

Attachment 1 - Delivery Locations
Attachment 2 - Schedule of Supplies
Attachment 3 - Past Performance Questionnaire
Attachment 4 - QPL Clause - Qualification Requirements

Unit of Issue: EA = Each


Joseph N. Crowley, Contract Specialist, Phone 7177705455, Email Joseph.Crowley@dla.mil - Kimberly A Sprenkle, Contract Officer, Email kimberly.sprenkle@dla.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP