AMARG Foam & Fiberboard
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Feb 16, 2024 12:08 pm EST
- Original Date Offers Due: Feb 23, 2024 10:00 am EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Mar 09, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 8135 - PACKAGING AND PACKING BULK MATERIALS
- NAICS Code:
- 322211 - Corrugated and Solid Fiber Box Manufacturing
- Place of Performance: Tucson , AZ 85707USA
Description
COMBO SYNOPSIS - SOLICITATION
Packing Foam and Corrugated Fiberboard
**This is a time sensitive acquisition and therefore all due dates/times have been considered and are firm.**
- 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.
- Solicitation FA4877-24-Q-A213 is issued as a Request for Quotation (RFQ).
- The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02 effective 01/22/2024. The DFARS provisions and clauses are those in effect to DPN 1/22/2024 effective 01/22/2024. The DAFFARS provisions and clauses are those in effect to DAFAC 2023-0707 effective 07/07/2023.
- 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.
- 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.
- The government intends to award a firm-fixed price contract for the following:
Vendor shall deliver a corrugated fiberboard, gray soft foam, and white ridged foam meeting specifications and quantities as follows:
Corrugated Fiberboard, 96”x48” Single Wall V3C (350 Bursting Strength) QTY 3600 EA Total
Corrugated Fiberboard, 120”x75” Double Wall V11C (600 Bursting Strength) QTY 300 EA Total
Corrugated Fiberboard, 120”x75” Triple Wall (11 Bursting Strength) QTY 300 EA Total
Gray Soft Foam MIL-PRF-26514, Polyurethane foam, 1”x24”x98” QTY 100 EA
Gray Soft Foam MIL-PRF-26514, Polyurethane foam, 2”x24”x98” QTY 450 EA
Gray Soft Foam MIL-PRF-26514, Polyurethane foam, 3”x24”x98” QTY 300 EA
White Rigid Foam A-A-59136, Closed cell foam, 1”x24”x108” QTY 350 EA
White Rigid Foam A-A-59136, Closed cell foam, 2”x24”x108” QTY 350 EA
- - Unit pricing must include applicable shipping and delivery charges to FOB Destination.
- FAR 52.212-1 Instructions to Offerors -- Commercial Items (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 salient characteristics of the product and services 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—
- 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
- The offeror has completed the Core, Assertions, and Representations and Certification, and Points of contact sections of the registration in the SAM;
- 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.
- 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.
- 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:
-
- Company legal business name.
-
- Trade style, doing business, or other name by which your entity is commonly recognized.
-
- Company physical street address, city, state and Zip Code.
-
- Company mailing address, city, state and Zip Code (if separate from physical).
-
- Company telephone number.
-
- Date the company was started.
-
- Number of employees at your location.
-
- Chief executive officer/key manager.
-
- Line of business (industry).
(10)Company Headquarters name and address (reporting relationship within your entity).
- 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.
- FAR 52.212-2 Evaluation -- Commercial Items (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:
-
- 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:
-
-
- Technical capability of providing a product that meets all specifications outline in Attachment 1 Pricing Schedule.
- Price
-
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.
- Each offeror shall include a completed copy of the provision at FAR 52.212-3 and Alternate I, Offeror Representations and Certifications--Commercial Items (Nov 2023); or confirmation of registration in www.sam.gov with access to complete Reps & Certs.
- The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (Nov 2023), is hereby incorporated by reference, with the same force and effect as if it were given in full text.
- The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders – Commercial Items (Dec 2023), is hereby incorporated by reference, with the same force and effect as if it were given in full text.
- 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
- 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 8 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 Wednesday, 21 February 2024 by Noon MST. Quotes are due no later than 8 AM MST on Thursday, 22 February 2024; quotes shall include the following:
- Part 1- Price – Submit one (1) copy of price schedule, limited to 10 pages.
- Part 2- 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.
- 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
- Patricia Murray
- patricia.murray.6@us.af.mil
- Phone Number 5202283095
Secondary Point of Contact
- Rachelle L Jenkins
- rachelle.jenkins.3@us.af.mil
- Phone Number 5202283598
History
- Mar 09, 2024 11:55 pm ESTCombined Synopsis/Solicitation (Updated)
- Feb 16, 2024 12:08 pm ESTCombined Synopsis/Solicitation (Original)