Utah Bids > Bid Detail

ISPM-15 Compliance Service

Agency:
Level of Government: Federal
Category:
  • 55 - Lumber, Millwork, Plywood, and Veneer
Opps ID: NBD00159991747753391
Posted Date: Feb 12, 2024
Due Date: Feb 26, 2024
Source: https://sam.gov/opp/e10b8eec3b...
Follow
ISPM-15 Compliance Service
Active
Contract Opportunity
Notice ID
PANROC-24-P-0000002266
Related Notice
PANROC-24-P-0000002266
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?

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: Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Feb 12, 2024 04:06 pm CST
  • Original Published Date: Feb 12, 2024 03:56 pm CST
  • Updated Date Offers Due: Feb 26, 2024 10:00 am CST
  • Original Date Offers Due: Feb 26, 2024 10:00 am CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 12, 2024
  • Original Inactive Date: Mar 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5510 - LUMBER AND RELATED BASIC WOOD MATERIALS
  • NAICS Code:
    • 321114 - Wood Preservation
  • Place of Performance:
    Tooele , UT
    USA
Description

SUBJECT: Request for Quote (RFQ) for ISPM-15 Compliance Service





Dear Contractor,





The due date for quote submission is stated in Paragraph J. Please refer to Paragraph C for details.





INTRODUCTION: The U.S. Army Contracting Command – Rock Island (ACC-RI) has a requirement for a Firm Fixed Price contract for the procurement of ISPM-15 Compliance Service.





A. STATEMENT OF REQUIREMENT: The scope of this project is to become ISPM-15 compliant to allow for the manufacturing of wood packing material (WPM) at TEAD. The guidelines for regulating wood packing material in international trade standard describes phytosanitary measures to reduce the risk of introduction and spread of quarantine pests associated with the movement in international trade of wood packaging material made from raw wood. WPM covered by this standard includes dunnage but excludes wood packaging made from wood processed in such a way that it is free from pests (e.g. plywood).





The WPM Program allows for the manufacturing of WPM with Heat Treated (HT) lumber. These processes are monitored/audited by a PRL inspector 12 times per year (approx. monthly) on meters and log documents. The Contractor is also responsible with supplying TEAD with the heat treat stamp. This will support TEAD in being ISPM-15 compliant for any non ISPM-15 compliant documents that drop.





B. DELIVERY DATE: The projected period of performance shall begin 60 days after contract award.





C. INSTRUCTIONS TO OFFERORS: Quote shall be submitted electronically via email to brianne.r.johnson2.civ@army.mil and megan.k.frost2.civ@army.mil with subject line as follows: “Quote for ISPM-15 Compliance Service – COMPANY NAME”. The quote shall be prepared and written in a clear, concise, and legible manner. In addition, the quote shall be written in English and must be specific and complete, as described in these instructions. Adherence to the prescribed format is required. Failure to provide a quote in compliance with the instructions specified in this RFQ may render the quote non-compliant. The established Pricing Matrix found in Attachment 0001 of this solicitation includes the product description and quantities. Attachment 0001 shall be filled out and completed in its entirety. Please ensure that your company is providing the best prices, including any discounts.



Quote submission shall include the following:

•Attachment 0001 Pricing Matrix

•Please title file as “Price Matrix for ISPM-15 Compliance Service – COMPANY NAME”

•All yellow cells shall be completed





D. BASIS FOR AWARD: The Government intends to make one (1) award to the Offeror with the lowest price technically acceptable (LPTA), who is determined responsible in accordance with (IAW) Federal Acquisition Regulations ( FAR) Part 9, and who is compliant with the terms and conditions outlined in section C of this RFQ. Quotes will be evaluated based on their technical acceptability and the ‘Total Evaluated Price’ (TEP) found on the Pricing Matrix (Attachment 0001). The TEP is derived by multiplying the quantity by the ‘Price PER Unit’, resulting in all totals being summed for the TEP.





The Government will determine responsibility by analyzing whether offeror meets the standards set forth in FAR Subpart 9.1. The Contracting Officer reserves the right to review and consider performance evaluations, integrity records, and other data obtained from other Government sources, such as the Federal Awardee Performance and Integrity Information System, the System for Award Management (SAM) exclusions, and the Contractor Performance Assessment Reporting System (CPARS).





The Government will compare the quotes to the instructions annotated in section C to perform a compliance review. Any quote determined to be incomplete may not be further evaluated and will be deemed non-compliant. The Government reserves the right to award no contract at all.





E. POINT OF CONTACT: The Contractor’s quotation shall be signed and submitted by an individual having authority to enter a contract based on the submitted quotation on behalf of the Contractor.





F. CLAUSES: The FAR and Defense Federal Acquisition Regulation Supplement (DFARS) clauses listed in Attachment 0002 are incorporated by reference and IAW with FAR 52.252-1, Solicitation Provisions Incorporated by Reference.





G. INSPECTION AND ACCEPTANCE: Inspection and Acceptance shall be Destination/Destination.





H. PAYMENT: Payment for order will be issued by DFAS, via Wide Area Workflow (WAWF) DFARS Clause 252.232-7006, see Attachment 0002.





I. QUESTIONS: Questions regarding this RFQ shall be submitted electronically to the Contract Specialist, Brianne Johnson, brianne.r.johnson2.civ@army.mil and the Contracting Officer, Megan Frost, megan.k.frost2.civ@army.mil, no later than 14 February 2024,1500 Central Time. The Government is not obligated to provide answers to all questions submitted by Contractor but will consider the questions and incorporate changes into the RFQ as the Government deems necessary in its sole discretion.

Questions/comments shall not be marked with a restrictive legend and shall not include proprietary information. The Government is not obligated to provide responses to questions or requests for extension submitted after the cut-off date.





J. DUE DATE AND TIME FOR QUOTATION SUBMISSION: The due date and time for quotation submission is 26 February 2024, 1000 Central Time.





K. QUOTATION VALIDITY: Quotations shall be valid for 30 days from the required submission date.


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

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 >