Pennsylvania Bids > Bid Detail

SPE8ED23R0005

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 81 - Containers, Packaging, and Packing Supplies
Opps ID: NBD00159972098318983
Posted Date: Dec 7, 2022
Due Date: Jan 4, 2023
Solicitation No: SPE8ED23R0005
Source: https://sam.gov/opp/633fa4f545...
Follow
SPE8ED23R0005
Active
Contract Opportunity
Notice ID
SPE8ED23R0005
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY (DLA)
Major Command
TROOP SUPPORT CONSTRUCTION & EQUIPMENT
Office
DLA TROOP SUPPORT
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) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 07, 2022 12:50 pm EST
  • Original Date Offers Due: Jan 04, 2023 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 19, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 8150 - FREIGHT CONTAINERS
  • NAICS Code:
    • 332439 - Other Metal Container Manufacturing
  • Place of Performance:
    Philadelphia , PA 19111
    USA
Description



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 SPE8ED-23-R-0005 has been issued as a commercial Request for Proposal (RFP) in accordance with FAR part 12 and can be found on DIBBS: https://www.dibbs.bsm.dla.mil







This solicitation has been issued under the procedures of Parts 12 and 15 of the Federal Acquisition Regulations (“FAR”) for the anticipated procurement of 2,119 qty, ISO 20’ x 8’ x 8’6” Sea/Land Cargo Containers (NSN 8150-01-463-8553). SEE FULL ITEM DESCRIPTION IN SPE8ED-23-R-0005.





Color: Camo-Light-Green #34089-ISO MARKINGS IN WHITE







Lot 1 includes Texas, Lot 2 includes Kentucky, Lot 3 includes Indiana, Lot 4 includes Pennsylvania and Georgia.





These requirements must be delivered, F.O.B. destination, to five (5) locations, divided into four (4) Lots by geographic region. Lot 1 includes contract line item number, CLIN 1, for CONUS delivery to Ft Bliss, TX. Lot 2 includes CLINs 2, 8 and 6, for CONUS delivery to Blue Grass Army Depot, KY. Lot 3 includes CLINs 3 and 7, for CONUS to Crane Army Ammunition Activity, IN. Lot 4 includes CLINs 5 and 4, for CONUS delivery to Letterkenny Munitions Center, PA and Fort Stewart, GA.





The requirements of Lots 1, 2,3 and 4 must all be delivered within 270 days after contract award. This delivery timeframe is a firm requirement for all lots and CLINs. Any proposals offering delivery in excess of 270 days after contract award for any CLIN(s) will be rejected as technically unacceptable for award on any lot(s) containing that CLIN(s)





The Government intends to issue up to four firm-fixed price, definite delivery contracts in response to this solicitation, which is being issued on an unrestricted basis. Award decisions will be made on a lot by lot basis. Lot 1 will be awarded before Lot 2, Lot 2 will be awarded before Lot 3 and Lot 3 will not be awarded before Lot 4. Offerors may submit offers on one or more Lots in their proposals. However, in no event will an offeror receive award for any lot that would result in a quantity exceeding its capacity to deliver the full requirements of that lot, as well as any other lots awarded, within 270 days after award. All proposals must clearly state the offerors' maximum production capacity (by number of complete containers) for delivery within 270 days after award.







In their proposals for Lot 1, offerors shall state whether they are able to deliver the entirety of the lot within 270 days after award. Offerors who lack the production capacity to deliver the entire lot will be deemed technically unacceptable for award on Lot 1.





In their proposals for Lot 2, offerors shall state whether they will be able to deliver the entirety of Lot 2 within 270 days after award, and whether they are able to do so if they are also awarded Lot 1. An offeror will be deemed technically unacceptable for award on Lot 2 if it lacks the production capacity to deliver the entire lot, or if it has been awarded Lot 1 and lacks the production capacity to deliver both lots within 270 days after award.





In their proposals for Lot 3, offerors shall state whether they will be able to deliver the entirety of Lot 3 within 270 days after award, and whether they are able to do so if they are also awarded Lot 1, Lot 2, and Lot 3. An offeror will be deemed technically unacceptable for award on Lot 3 if it lacks the production capacity to deliver the entire lot, or if it has been awarded Lot 1, Lot 2, or both and lacks the production capacity to deliver Lot 3, as well as any other lots awarded, within 270 days after award.





An offeror will be deemed technically unacceptable for award on Lot 4 if it lacks the production capacity to deliver the entire lot, or if it has been awarded Lot 1, 2 or 3, or all three (3)and lacks the production capacity to deliver Lot 4, as well as any other lots awarded, within 270 days after award.







Proposals will be evaluated by lot, according to Lowest Price Only method of source selection, as set forth in the clause at FAR 52.212-2, Evaluation - Commercial Items. The Government intends to make award to the responsible offeror whose proposal meets all terms and conditions of the solicitation, and who submits the lowest price determined fair and reasonable for each lot, within the limits of its production capacity and within the required delivery timeframe.





Offers will be evaluated on an all or none basis for each lot, which means that pricing must be provided for all CLINs within a particular lot to be considered for award on that lot. Offers that fail to provide pricing for one or more CLINs within a particular lot will be rejected as technically unacceptable for award on that lot. An offeror's total evaluated price for each lot will consist of the aggregate, extended price for all CLINs within that lot, calculated by multiplying the proposed unit price for each CLIN by the total quantity required for that CLIN, and then taking the sum of the resulting extended prices. Pricing discounts conditioned on receiving award for more than one lot will not be considered in evaluating offers.





Prices will be evaluated for price reasonableness utilizing accepted price analysis methods, including an analysis to determine whether prices are unbalanced. The Government may use a comparison of offers to each other, comparison with market research, and/or comparison with prior procurements in conducting its analysis. If discussions are conducted, offerors may be required to substantiate the prices offered by providing "data other than certified cost or pricing data," such as cost break-downs, invoices, quotes, or other verifiable documentation from the manufacturer or supplier of the items.





The Government intends to evaluate proposals and make award without discussions with the offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. See also FAR 52.212-1(g).





Offerors are advised that the Trade Agreements Act ("TAA") restrictions apply to the resulting contracts, as set forth more specifically in the clause at Defense Federal Acquisition Regulation Supplement ("DFARS") 252.225-7021. Contractors must be aware of and comply with the TAA restrictions throughout the period of contract performance. Any deviations from the requirements of the TAA restrictions without prior written approval from the Contracting Officer will be considered a material defect, material non-conformance, and breach of contract, for which the Government may exercise any and all available remedies, including those set forth at FAR 52.212-4(a), at the discretion of the Contracting Officer.





Consistent with the TAA requirements, offerors must provide the country of origin and location of manufacture of the final end items for each CLIN in their proposals. Proposals offering end items that are not compliant with the requirements of the TAA may be rejected as technically unacceptable for award.





LOT 1 (CONUS):





CLIN 1 QUANTITY VARIANCE: 90-150



DELIVERY TO: Fort Bliss, TX







LOT 2 (CONUS):





CLIN 2,8 and 6 TOTAL QUANTITY: VARIOUS





CLIN 2:



CLIN QUANTITY: 128-230



DELIVERY TO: Richmond, KY





CLIN 8:



CLIN QUANTITY: 405-675



DELIVERY TO: Richmond, KY





CLIN 6:



CLIN QUANTITY: 214-364

DELIVERY TO: Richmond, KY







LOT 3 (CONUS):





CLIN 3 AND 7 TOTAL QUANTITY: VARIOUS





CLIN 3: QUANTITY: 405-675



DELIVERY TO: Crane, In







CLIN 7:



CLIN QUANTITY: 214-364



DELIVERY TO: Crane, In







LOT 4 (CONUS):







CLIN 5 AND 4 TOTAL QUANTITY: VARIOUS





CLIN 5:



CLIN QUANTITY: 75-125



DELIVERY TO: Chambersburg, PA







CLIN 4:



CLIN QUANTITY: 45-85

DELIVERY TO: Fort Stewart, GA







***See Proposal Template attachment for arrangement of CLINS in Lots. All CLINS have quantity price breaks. Please complete and return the Proposal Template with your Proposal, OTHERWISE PROPOSAL WILL NOT BE CONSIDERED FOR AWARD*** If quantity price breaks are not provided, proposal will not be considered for award. If you are unable to view the attachment, please request a copy from Nazlah Nash-Mitchell via email at Nazlah.nash-mitchell@dla.mil, or Anna Lake at Anna.Lake@dla.mil







This solicitation closes on January 4, 2023 at 3:00pm EST. In light of the outbreak of the COVID-19 pandemic, ALL proposals are to be submitted via email only. All interested parties should request a “delivery receipt” when emailing their proposal. Please send the email to all of the following recipients:



Nazlah.nash-mitchell@dla.mil and Anna.Lake@dla.mil





PROPOSALS WILL NOT BE ACCEPTED VIA HAND-CARRIED DELIVERY, MAIL, OR FAX. Email is the only acceptable means of delivery of proposals for this procurement. Emailed proposals must be received by the scheduled closing date and time of SPE8ED-23-R-0005 to be considered for award.





A copy of the solicitation is available via DLA Internet Bid Board System (DIBBS), https://www.dibbs.bsm.dla.mil./ All responsible sources will be able to submit a proposal which will be considered by DLA Troop Support. Solicitations will not be emailed to interested parties. All interested parties must access SPE8ED-23-R-0005 via DLA Internet Bid Board System (DIBBS).






Attachments/Links
Contact Information
Contracting Office Address
  • CONSTRUCTION&EQUIPMENT CONTAINERS 700 ROBBINS AVENUE
  • PHILADELPHIA , PA 19111-5096
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 07, 2022 12:50 pm ESTCombined 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 >