Arizona Bids > Bid Detail

AMARG Fast Packs Shipping Supplies #2-MOD 1

Agency:
Level of Government: Federal
Category:
  • 81 - Containers, Packaging, and Packing Supplies
Opps ID: NBD00159009361747992
Posted Date: Mar 11, 2024
Due Date: Mar 13, 2024
Source: https://sam.gov/opp/299919c711...
Follow
AMARG Fast Packs Shipping Supplies #2-MOD 1
Active
Contract Opportunity
Notice ID
FA487724QA240
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR COMBAT COMMAND
Office
FA4877 355 CONS PK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 11, 2024 02:22 pm EDT
  • Original Published Date: Mar 07, 2024 10:10 am EST
  • Updated Date Offers Due: Mar 13, 2024 11:00 am EDT
  • Original Date Offers Due: Mar 13, 2024 08:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 28, 2024
  • Original Inactive Date: Mar 28, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8115 - BOXES, CARTONS, AND CRATES
  • NAICS Code:
    • 322211 - Corrugated and Solid Fiber Box Manufacturing
  • Place of Performance:
    Tucson , AZ 85707
    USA
Description View Changes



** Please see attached COMBO SYNOPSIS-MOD 1 PDF document for changes to the solicitation





COMBO SYNOPSIS - SOLICITATION

Fast Pack Shipping Supplies 2

**This is a time sensitive acquisition and therefore all due dates/times have been considered and are firm.**

(i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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.

(ii)Solicitation FA4877-24-Q-A240 is issued as a Request for Quotation (RFQ).

(iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03 effective 02/23/2024. The DFARS provisions and clauses are those in effect to DPN 2/15/2024 effective 02/15/2024. The DAFFARS provisions and clauses are those in effect to DAFAC 2023-0707 effective 07/07/2023.

(iv)The associated North American Industrial Classification System (NAICS) code for this procurement is 322211 with a small business size standard of 1,250 Employees. This requirement is issued as a 100% small business set-aside.

(v)The Pricing Schedule is incorporated as Attachment 1. Offerors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo.

(vi)The government intends to award a firm-fixed price contract for the following:

Vendor shall deliver Fast Pack shipping materials identified by NSN, meeting Federal Specifications PPP-B-1672, in quantities as follows:

Fast Pack XA1 8115-00-192-1603 100 EA

Fast Pack XA2 8115-00-192-1604 200 EA

Fast Pack XA3 8115-00-192-1605 200 EA

Fast Pack XA4 8115-00-134-3655 200 EA

Fast Pack XA5 8115-00-050-5237 200 EA

Fast Pack XA6 8115-00-134-3656 200 EA

Fast Pack XE1 8115-00-516-0242 200 EA

Fast Pack XE3 8115-00-550-3558 200 EA

Fast Pack XE5 8115-00-550-3574 100 EA

Fast Pack XE6 8115-01-015-1315 100 EA

Fast Pack XE7 8115-01-015-1312 100 EA

Fast Pack XC6 8115-00-787-2148 50 EA

Fast Pack XC9 8115-01-057-1244 50 EA

(vii)- Unit pricing must include applicable shipping and delivery charges to FOB Destination.

(viii)FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (Sep 2023) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda:

1. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The pricing proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation.

Technical Acceptability, at a minimum, is defined and referred to within this solicitation document as the offeror’s capability statement to meet the defined specifications of the product as well as the ability to meet the required schedule. The Government intends to evaluate offers and award without discussion, but reserves the right to conduct discussions. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

3. System for Award Management Registration.

(a) Definitions. As used in this provision—

“Registered in the System for Award Management (SAM) database” means that—

(1) The offeror has entered all mandatory information, including the unique identifier and the EFT indicator, if applicable, the Commercial and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and transparency Act of 2006 into SAM

(2) The offeror has completed the Core, Assertions, and Representations and Certification, and Points of contact sections of the registration in the SAM;

(3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process.

(4) The Government has marked the record “Active”.

(b)(1) An offeror is required to be registered in SAM when submitting an offer or quotation, and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.

(2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “Unique Entity Identifier” followed by the unique entity identifier that identifies the Offeror’s name and address exactly as stated in the offer. The Offeror also shall enter its EFT indicator, if applicable. The unique entity identifier will be used by the Contracting Officer to verify that the Offeror is registered in the SAM.

(c) If the offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for establishment of the unique entity identifier directly to obtain one. The Offeror should be prepared to provide the following information:

(1) Company legal business name.

(2) Trade style, doing business, or other name by which your entity is commonly recognized.

(3) Company physical street address, city, state and Zip Code.

(4) Company mailing address, city, state and Zip Code (if separate from physical).

(5) Company telephone number.

(6) Date the company was started.

(7) Number of employees at your location.

(8) Chief executive officer/key manager.

(9) Line of business (industry).

(10)Company Headquarters name and address (reporting relationship within your entity).

(d) Processing time should be taken into consideration when registering. Offerors who are not registered in SAM should consider applying for registration immediately upon receipt of this solicitation. See https://www.sam.gov for information on registration.

(ix)FAR 52.212-2 Evaluation -- Commercial Products and Commercial Services (Nov 2021) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda:

(a) 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, price and other factors considered. The following factors shall be used to evaluate offers:

(i) Technical capability of providing a product that meets all specifications outline in Attachment 1 Pricing Schedule.

(ii) Lead time not to exceed requested delivery date of 3/25/2024

This will be a technically acceptable purchase.

The offers will be evaluated for technical acceptability. If multiple offers are found to be technically acceptable award will be made to offeror presenting the lowest price without further consideration. Past Performance will not be evaluated. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

(x)Each offeror shall include a completed copy of the provision at FAR 52.212-3 and Alternate I, Offeror Representations and Certifications--Commercial Products and Commercial Services (Feb 2024); or confirmation of registration in www.sam.gov with access to complete Reps & Certs.

(xi)The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Products and Commercial Services (Nov 2023), is hereby incorporated by reference, with the same force and effect as if it were given in full text.

(xii)The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders – Commercial Products and Commercial Services (Feb 2024), is hereby incorporated by reference, with the same force and effect as if it were given in full text.

(xiii)52.252-1 -- Solicitation Provisions Incorporated by Reference.

Solicitation Provisions Incorporated by Reference (Feb 1998)

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):

www.acquisition.gov

Additionally, the following clauses and provisions apply to this acquisition:

FAR 52.204-7 (P)

System for Award Management

Oct 2018

FAR 52.204-8 (P)

Annual Representation and Certifications

Mar 2023

FAR 52.204-10

Reporting Executive Compensation and First-Tier Subcontract Awards

June 2020

FAR 52.204-13

System for Award Management Maintenance

Oct 2018

FAR 52.204-16 (P)

Commercial and Government Entity Code Reporting

Aug 2020

FAR 52.204-17 (P)

Ownership or Control of Offeror

Aug 2020

FAR 52.204-18

Commercial and Government Entity Code Maintenance

Aug 2020

FAR 52.209-10

Prohibition on Contracting with Inverted Domestic Corporations

Nov 2015

FAR 52.219-6

Notice of Total Small Business Set-Aside

Nov 2020

FAR 52.219-8

Utilization of Small Business Concerns

Oct 2022

FAR 52.219-28

Post-Award Small Business Program Representation

Mar 2023

FAR 52.222-3

Convict Labor

Jun 2003

FAR 52.222-19

Child Labor – Cooperation with Authorities and Remedies

Dec 2022

FAR 52.222-21

Prohibition of Segregated Facilities

Apr 2015

FAR 52.222-22

Previous Contracts and Compliance Reports

Feb 1999

FAR 52.222-26

Equal Opportunity

Sep 2016

FAR 52.222-36

Affirmative Action for Workers With Disabilities

Jun 2020

FAR 52.222-50

Combating Trafficking in Persons

Nov 2021

FAR 52.223-18

Encouraging Contractor Policies to Ban Text Messaging While Driving

Jun 2020

FAR 52.225-13

Restrictions on Certain Foreign Purchases

Feb 2021

FAR 52.232-23

Assignment of Claims

May 2014

FAR 52.232-25

Prompt Payment

Jan 2017

FAR 52.232-33

Payment by Electronic Funds Transfer – System for Award Management

Oct 2018

FAR 52.232-39

Unenforceability of Unauthorized Obligations

Jun 2013

FAR 52.232-40

Providing Accelerated Payments to Small Business Subcontractors

Mar 2023

FAR 52.233-1

Disputes

May 2014

FAR 52.233-3

Protest After Award

Aug 1996

FAR 52.233-4

Applicable Law for Breach of Contract Claim

Oct 2004

FAR 52.247-34

F.O.B. – Destination

Nov 1991

DFARS 252.203-

7000

Requirements Relating to Compensation of Former DoD Officials

Sep 2011

DFARS 252.203-

7005

Representation Relating to Compensation of Former DoD Officials

Sep 2022

DFARS 252.204-

7003

Control of Government Personnel Work Product

Apr 1992

DFARS 252.225-

7048

Export Controlled Items

Jun 2013

DFARS 252.223-

7008

Prohibition of Hexavalent Chromium

Jan 2023

DFARS 252.232-

7003

Electronic Submission of payment Requests and receiving reports

Jun 2012

DFARS 252.232-

7006

Wide Area Workflow Payment Instructions (See Full Text Attachment 3)

Dec 2018

DFARS 252.232-

7010

Levies on Contract Payments

Dec 2006

DFARS 252.243-

7001

Pricing of Contract Modifications

Dec 1991

DFARS 252.244-

7000

Subcontracts for Commercial Items

Jan 2023

DAFFARS 5352.201-

9101

Ombudsman

Jul 2023

(xiv)NOTICE TO ALL INTERESTED PARTIES: This is a TIME SENSITIVE competitive acquisition, to be considered for award interested vendors must be registered in the System for Award Management, confirm that all requested products will be delivered to destination point no later than 25 March 2024 and submit their quotes no later than requested submission date. Questions shall be submitted via e-mail to: patricia.murray.6@us.af.mil and rachelle.jenkins.3@us.af.mil no later than 8AM PST on Monday, 11 March 2024. Quotes are due no later than 8AM PST on Wednesday, 13 March 2024; quotes shall include the following:

a. Part 1- Price – Submit one (1) copy of price schedule, limited to 10 pages.

b. Part 2 – Vendor quote with lead times

c. Part 3- Representations And Certifications (Reps/Certs) – Submit IAW para (x) above

BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable offer. Technical Acceptability is evaluated on basis of lead times and price in that order.

(xv)Quotes shall be submitted via email to BOTH - Patricia Murray patricia.murray.6@us.af.mil and Rachelle Jenkins rachelle.jenkins.3@us.af.mil. For information regarding this solicitation, contact Patricia Murray at (520) 228-3095.

CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS

Attch #:

Item Description:

Page(s):

1

CLIN Pricing Schedule

1


Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 520 228 3131 3180 S CRAYCROFT RD BLDG 2525
  • DAVIS MONTHAN AFB , AZ 85707-3522
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >