The RFP Database
New business relationships start here

Wooden Boxes


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

 


This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 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 used.


 


This is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the solicitation number is W52P1J-19-T-WDBX.


 


The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02.


 


This solicitation will be issued as a 100% Small Business Set-Aside.


The NAICS Code for this procurement is 321920; the small business size standard is 500 employees. The Federal Service Code is 8115.


Offerors must be registered with the System for Award Management (SAM) database in order to receive an award against this Solicitation. The website for SAM is https://www.sam.gov


 


DESCRIPTION OF REQUIREMENT


This solicitation is issued for the quantity of 330 wooden boxes in accordance with (IAW) Drawing 82A5027A2366 REV C, instructions on how to access this drawing are provided in the Technical Data Package section below. These boxes will be used for storage of HA34 Rockets.


The mentioned drawing can be located at https://www.fbo.gov/fedteds/W52P1J19TWDBX.


This procurement requires Performance Oriented Packaging (POP) Testing and is to be provided by the contractor IAW 49 CFR paragraph 178.600-606 and 178.608, which outlines testing requirements. A POP Test Report is required with the first shipment.


 


TYPE OF ACQUISITION AND CONTRACT


This acquisition will be issued as a 100% Small Business Set Aside and evaluated as price only. Award will be made on a firm-fixed price basis for The Contract Line Item Number (CLIN) 0001.


 


The CLIN Structure is as follows:


CLIN 0001 - Wooden Boxes, Quantity 330


CLIN 0002 - POP Test, not separately priced (Price of POP Test should be included within CLIN 0001)


 


DELIVERY INFORMATION


This procurement has a required delivery date of 30 days after award of contract. Delivery and acceptance shall be F.O.B. Destination. Delivery will be made to:

 

Crane Army Ammunition Activity

300 Highway 361

Bldg 148

Crane, IN 47522

 

Crane receiving hours are 0700-1430 Eastern Time, Mon-Thurs BY APPOINTMENT ONLY.  This includes Inert and Freight All Kind (FAK).  Appointments shall be made via Carrier Appointment System (CAS). Carriers without access to the CAS System shall call (812)854-2199 or (812)854-2339, 48 hours prior to delivery for appointment.  Failure to follow the protocol stated herein and/or obtain a scheduled delivery time prior to delivery, may result in the truck being turned away.

 

 


 


EVALUATION CRITERIA FOR PRICE


The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Offers will evaluated based on price alone.


Offers submitted will be evaluated in accordance with FAR 13.106-2.


 


TECHNICAL DATA PACKAGE (TDP)


Drawing 82A5027A2366 Rev C is Distribution Level D, authorized to the Department of Defense (DoD) and U.S. DoD contractors ONLY. All firms must be registered in the Joint Certification Program (JCP) in order to access the TDP associated with this solicitation. The address for registration is https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx  ; Registration requires completion of the DD Form 2345. Processing time is estimated at 5 working days after receipt. Firms are required to have a current valid Cage Code in order to register. Each individual requiring access to the TDP must have a Federal Business Opportunities (FBO) account.


Drawing 82A5027A2366 is available electronically for download at the following TDP link, for those who are JCP certified. https://www.fbo.gov/fedteds/W52P1J19TWDBX


Access to the drawing is restricted to the data custodian listed on the DD Form 2345.


Further dissemination of Restricted TDPs must be in accordance with provisions of DoD Directive 5320.25. This also applies to distribution of the TDP to all SUBCONTRACTORS at every level.


Upon competition of the purposes for which the restricted technical data has been provided, the Contractor is required to destroy all documents, including all reproductions, duplications, or copies thereof as may have been further distributed by the Contractor. Destruction of this technical data shall be accomplished by: shredding, pulping, burning, or melting any physical copies of the TDP files from computer drives and electronic devices, and any copies of those files.


 


DEADLINE FOR SUBMISSION


Offers are due August 12th, 2019 no later than 12:00pm Central Time.


Offers are to be submitted via electronically via email to the Contract Specialist michelleann.g.sanchez.civ@mail.mil and Contracting Officer cindy.k.wagoner.civ@mail.mil. Offerors should include "Response to W52P1J-19-T-WDBX" within the subject line.


 


QUESTIONS


Questions regarding this solicitation shall be submitted the same manner as offers, electronically via email to the Contract Specialist and Contracting Officer.


Please note that questions concerning this solicitation should be submitted at the earliest time possible, to ensure a response. Questions not received within a reasonable time prior to the close of the solicitation may not be considered.


 


CLAUSES


The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation (DFARS) commercial clauses apply to this solicitation and are incorporated by reference (clauses may be obtained via the internet at acquisition.gov or farsite.hill.af.mil):


FAR 52.212-1, Instructions to Offerors - Commercial Items


FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, Alternate 1


FAR 52.212-4, Contract Terms and Conditions - Commercial Items


FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items


            Within FAR 52.212-5, the following optional clauses apply:


            FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards  

FAR 52.204-23, Prohibition on Contracting for Hardware Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities


            FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations


            FAR 52.233-3, Protest After Award


            FAR 52.233-4, Applicable Law for Breach of Contract Claim


            FAR 52.219-28, Post Award Small Business Program Representation


            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 52.222-36, Equal Opportunity for Workers with Disabilities


            FAR 52.222-50, Combatting Trafficking in Persons


            FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving


            FAR 52.225-13, Restriction on Certain Foreign Purchases


            FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management


FAR 52.204-7, System for Award Management


FAR 52.204-13, System for Award Management Maintenance


FAR 52.204-16, Commercial and Government Entity Code Reporting


FAR 52.204-18, Commercial and Government Entity Code Maintenance


FAR 52.247-34, F.O.B. Destination


DFARS 252.203-7000, Requirements Relation to Compensation of Former DoD Officials


DFARS 252.204-7005, Representation Relating to Compensation of Former DoD Officials


DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls


DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting


DFARS 252.211-7002, Availability for Examination of Specifications, Standards, Plans, Drawings, Data Item Descriptions, and Other Pertinent Documents


DFARS 252.211-7008, Use of Government-Assigned Serial Numbers


DFARS 252.232-7006, Wide Area Workflow Payments


DFARS 252.232-7010, Levies on Contract Payments


DFARS 252.244-7000, Subcontracts for Commercial Items


 


 


 


 


MichelleAnn G. Sanchez, Contract Specialist, Phone 3097825454, Email michelleann.g.sanchez.civ@mail.mil - Cindy K. Wagoner, Contracting Officer, Phone 3097820182, Email cindy.k.wagoner.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP