Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:SP3300-20-Q-5006
Amendment 30 MAR 2020: This amendment is issued to respond to the following two questions: 1. CLIN 0002 states non-printed. Does CLIN 0001 require any printing? Response: No. CLIN 0001 is also non-pri...
Amendment 30 MAR 2020: This amendment is issued to respond to the following two questions: 1. CLIN 0002 states non-printed. Does CLIN 0001 require any printing? Response: No. CLIN 0001 is also non-printed. 2. As a COTS item, does DFARS 252.204-7008 belong in the solicitation? Response: No. DFARS 252.204-7008 has been removed from the attachment C-6 Solicitation. No extension is necessary. All other terms and conditions remain the same. Original Solicitation: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6 – Streamlined Procedures for Evaluation and Solicitation for Commercial Items in conjunction with FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This Request for Quotation (RFQ) is being issued to establish a Fixed Price (FP) Indefinite Delivery Requirements Contract, with Firm Fixed Price (FFP) delivery orders, for the following item: Packing list envelopes with delivery to multiple destinations. Please see Schedule for further details. The Government intends to award one (1) contract as a result of this RFQ and will be issued on a Standard Form (SF) 1449. This acquisition is not a Defense Priorities and Allocations System (DPAS) rated procurement. This RFQ is being solicited as a 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) code for this project is 326111 and the size standard is 750 employees. The Product or Service Code (PSC) for this acquisition is 8105. This solicitation is being issued as a small business set-aside, which means any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer. Reference clause FAR 52.219-6 Notice of Total Small Business Set-Aside. ORDERING PERIOD: The ordering period for this contract will be the date of contract award through one (1) year with two (2) one (1) year option periods. The Government reserves the rights to exercise the option year(s) in accordance with FAR 52.217-9 – Option to Extend the Term of the Contract. MANUFACTURE: Manufacture of packing list envelopes will conform to Environmental Protection Agency guidance for prescribed Postconsumer and Total Recovered Materials Content. See ‘Consolidated Recovered Materials Advisory Notice (RMAN) for the Comprehensive Procurement Guideline (CPG), 2001, p. 60’. The EPA RMAN is available from the RCRA Hotline at 1-800-424-9346 and electronically via EPA’s Public Access Server at http://www.epa.gov/fedrgstr/search.htm. Preference Program: EPA recommends that, based on the recovered materials content levels shown below, procuring agencies establish minimum content standards for use in purchasing plastic envelopes. Recommended Recovered Materials Content Levels for Plastic Envelopes Material: Plastic Postconsumer Content (%): 25 Total Recovered Materials Content (%): 25-35 ECONOMIC PRICE ADJUSTMENT (EPA): Established prices for the commodities used in plastic resin can be found in the Monthly Petrochemical and Plastics Analysis (MPA) Report (Published by Chemical Data at www.chemicaldata.com). The product covered by the report is Linear Low Density Polyethylene (LLDPE). See EPA clause for additional information See attached solicitation for further description.