Indiana Bids > Bid Detail

48x48" SIDEBOARD PALLETS

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 39 - Materials Handling Equipment
Opps ID: NBD00159557519819264
Posted Date: May 17, 2023
Due Date: May 31, 2023
Solicitation No: W519TC23QPLTS
Source: https://sam.gov/opp/88fc097bcd...
Follow
48x48" SIDEBOARD PALLETS
Active
Contract Opportunity
Notice ID
W519TC23QPLTS
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC RI
Office
W6QK ACC-RI
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: May 17, 2023 06:39 am CDT
  • Original Date Offers Due: May 31, 2023 12:30 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3990 - MISCELLANEOUS MATERIALS HANDLING EQUIPMENT
  • NAICS Code:
    • 321920 - Wood Container and Pallet Manufacturing
  • Place of Performance:
    Crane , IN 47522
    USA
Description

DESCRIPTION



This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; proposals are being requested and a formal solicitation will NOT be issued.



This is a Request for Quotation (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation Number is W519TC23QPLTS for the 48 x 48-inch sideboard pallets. The technical specifications are found in Drawing 9243 Rev F.



The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02.



The NAICS code for this procurement is 321920 (Wooden Container and Pallet Manufacturing). The small business size standard for this NAICS is 500 employees. The Product Service Code is 3990 (Miscellaneous Handling Equipment).



Offerors must be registered within the System for Award Management (SAM) databased at time of response to this solicitation. The website for SAM is https://www.sam.gov/.





ADDENDUM TO 52.212-1, INSTRUCTIONS TO OFFERORS – COMMERCIAL



DESCRIPTION OF REQUIREMENT



CLIN 0001: First Article Testing (FAT) 48 x 48-inch Sideboard Pallets



Quantity: 5 each





CLIN 0002: Production Qty 48 x 48-inch Sideboard Pallets



Quantity: 1,995 each



In accordance with Drawing 9243 Rev F, as found in Attachment 0001.





TYPE OF ACQUISITION AND CONTRACT



This acquisition is issued as 100% Small Business Set-Aside. Award will be made using Low Price Technically Acceptable (LPTA) Source Selection procedures resulting in a single award Firm Fixed Price Purchase Order.





DELIVERY AND LOCATION



CLIN Description Suggested Lead Time



0001 FAT 48 x 48 Pallets; 5 each 2 Weeks After Award



0002 Production Qty: 48 x 48 Pallets; 1,995 each 2 Weeks After FAT Acceptance



NOTE: A shipment of 245 each delivered 2 weeks after FAT acceptance followed by monthly shipments of 250 each, until a quantity of 2,000 has been shipped/ delivered. Early deliveries of the FAT and/ or Production Quantity are acceptable at no additional cost to the Government.





Delivery will be FOB Destination at the following address:



Crane Army Ammunition Activity



Building 148



300 Highway 361



Crane, IN 47522-5001





CRANE ARMY AMMUNITION ACTIVITY DELIVERY INSTRUCTIONS



CAAA receiving hours are 0700-1430, Mon – Thurs BY APPOINTMENT ONLY; Includes Inert & Freight All Kind (FAK). Appointments shall be made via Carrier Appointment System (CAS). Carriers without access to the CAS System, 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.





PACKAGING AND MARKING REQUIREMENTS



Preservation, Packaging, and Packing shall be in accordance with ASTM D 3951 (Commercial Packaging).





QUOTE SUBMISSION REQUIREMENTS



Offerors shall submit the following in response to this solicitation:




  1. Price – Offerors must submit Completed Pricing Sheet at Attachment 0002. All yellow-highlighted sections shall be completed. Prices shall be stated to 2 decimal places.

  2. Completed Clause at Attachment 0003 – FAR 52.204-24, paragraph (d)(1) and (d)(2)

  3. Completed Provisions at Attachment 0004 – FAR 52.212-3 Alt 1, paragraph (b) only.





BASIS FOR AWARD



Award will be made to the offeror who provides the lowest Total Evaluated Price, who is deemed responsible and who is compliant with all the requirements of this solicitation.



As an example, Total Price is calculated as: CLIN 0001 Price plus CLIN 0002 Price = Total Evaluated Price.



In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions.





LISTING OF ATTACHMENTS



Attachment 0001 – Drawing 9243 rev F



Attachment 0002 – Price Sheet



Attachment 0003 – FAR 52.204-24



Attachment 0004 – FAR 52.212-3 Alt 1



Attachment 0005 – Provisions and Clauses





DEADLINE FOR SUBMISSION



Offers are due on 31 May 2023 no later than 12:30 PM Central Time.



Offers shall be submitted in the following way:



Electronically via email to the Contract Specialist, Bridget Garnica, bridget.m.garnica.civ@army.mil and Contracting Officer, Cindy Wagoner, cindy.k.wagoner.civ@army.mil. Offerors shall include “W519TC23QPLTS Response – [Insert Offeror’s Name]” within the Subject line.





QUESTIONS



Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and Contracting Officer listed above.



**Note: Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered.



End of Addendum 52.212-1


Attachments/Links
Contact Information
Contracting Office Address
  • ACC ROCK ISLAND BLDG 60 3055 RODMAN AVE
  • ROCK ISLAND , IL 61299-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 17, 2023 06:39 am CDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >