GLOVES, DISPOSABLE

expired opportunity(Expired)
From: Federal Government(Federal)
SPE3S1-23-Q-0002

Basic Details

started - 18 Jul, 2023 (9 months ago)

Start Date

18 Jul, 2023 (9 months ago)
due - 17 Aug, 2023 (8 months ago)

Due Date

17 Aug, 2023 (8 months ago)
Bid Notification

Type

Bid Notification
SPE3S1-23-Q-0002

Identifier

SPE3S1-23-Q-0002
Department of Defense

Customer / Agency

Department of Defense
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 5 OF 53 PAGES CONTINUED ON NEXT PAGE SPE3S1-23-Q-0002 Form (CONTINUED) greater than a single shift's production. Note: When product is being delivered to Tracy Depot in California, lot numbers will not be mixed on the same pallet. V. ITEM DESCRIPTION The below listed item descriptions include the required technical specification (i.e. Performance Contract Requirements (PCRs), Commercial Item Descriptions (CIDs), etc) for this acquisition. NSN: 8415-01-541-5392 Item Description: Gloves, Disposable, Foodservice, Multipurpose, Large, Ambidextrous, Latex Free, Polyethylene, 1.25 mil, 10 Individual Gloves per Package Specification: Copies of the required technical specifications (i.e.: Performance Contract Requirements (PCRs), Commercial Item Descriptions (CIDs), etc) may be obtained upon request from: Defense Logistics Agency DLA Troop Support Ms. Shannon Dempsey, Food Technologist ATTN: FTSC 700 Robbins Avenue,
Philadelphia, PA 19111-5092 Telephone: (215-737-7802) e-mail: shannon.dempsey@dla.mil Copies of the stated documents may also be obtained at the DLA Troop Support Subsistence Internet website located at http:// www.troopsupport.dla.mil/subs/support/specs/procure.asp VI. TRACEABILITY In order to facilitate an effective traceability for the Unitized Group Ration Program, the contractor shall ensure that each primary container (unit pack) and intermediate container, if required, has a lot number and Date of Pack (DOP). These package codes shall be permanent and legible. Use of the Julian Date for the lot number and a time stamp (hour and minute of filling/sealing) is preferred. For example (1296 12:15), 1296 = October 23, 2021 and 12:15 representing the time of filling/sealing. When not required by specification, the contractor's lot identification may be of their own coding, i.e. a closed code, but the contractor shall provide the coding information for the primary containers and the contract data markings upon delivery. Package codes (to include tim per case lot number shall be identified on the appropriate accompanying DD Form 250 upon delivery. VII. MARKING OF SHIPPING CONTAINERS AND MARKING OF UNIT LOADS All Shipping Containers and Unit Loads shall be clearly marked, in accordance with DLA Troop Support Form 3556 entitled “Marking Instructions for Boxes, Sacks, and Unit Loads of Perishable and Semi-perishable Subsistence, dated April 2014, with the following information on two adjacent sides of the load with the largest characters possible as follows: Unitized Ration Component National Stock Number Item Name Date of Pack and Lot Number http://www.troopsupport.dla.mil/subs/s upport/specs/procure.asp http://www.troopsupport.dla.mil/subs/s upport/specs/procure.asp CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 6 OF 53 PAGES CONTINUED ON NEXT PAGE SPE3S1-23-Q-0002 Form (CONTINUED) Number of Shipping Containers per Pallet Contract Number Contractor's name and Address Shipments without the appropriate Shipping Container and Unit Load Markings will be rejected and returned to origin, or at the Contracting Officers discretion, reworked at a labor rate determined by the destination activity (not DLA Troop Support). VIII. UNITIZATION Unit loads shall have the shipping containers arranged on a 40 inch by 48 inch commercial wood or plywood four-way entry pallet, or on a 48 inch by 40 inch Grocery Manufacturers of America wood four-way entry pallet. The load shall be bonded with non-metallic strapping, shrink or stretch film, or others means that comply with carrier rules and regulations applicable to the mode of transportation (adhesive bonding is not acceptable). Bonding material shall secure the load to the pallet to form a consolidated, stable cargo which can be handled as a unit. For example, when strapping is used to secure the load, the straps shall pass under the top deck boards of the pallet. When stretch or shrink film is used, it must be applied low enough on the pallet to secure the load to the pallet. The unit load height shall not exceed 50 inches. Inspection of unit loads shall be in accordance with classification Type III, Class G of DLA Troop Support Form 3507 of April 2014 entitled “Loads, Unit: Preparation of Semi-perishable Subsistence Items.” NOTE: The unit load dimensions are 40 inches in length by 48 inches in width and 50 inches in height These dimensions are exact and can be no larger than what is specified. No overhang is permitted. REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) WOOD PACKAGING MATERIAL (WPM) WILL BE USED TO MAKE SHIPMENTS UNDER THIS CONTRACT AND/OR WHEN WPM IS BEING ACQUIRED UNDER THIS CONTRACT. Wood packaging material (WPM) means wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame and cleats. The definition excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood, particleboard, veneer, and oriented strand board (OSD). All Wood Packaging Material (WPM) used to make shipments under DoD contracts and/or acquired by DoD must meet requirements of International Standards for Phytosanitary Measures (ISPM) 15, "Guidelines for Regulating Wood Packaging Materials in International Trade." DoD shipments inside and outside of the United States must meet ISPM 15 whenever WPM is used to ship DoD cargo. All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT) in accordance with American Lumber Standard Committee, Incorporated (ALSC) Wood Packaging Material Program and WPM Enforcement Regulations (see http://www.alsc.org/). All WPM shall include certification/quality markings in accordance with the ALSC standard. Markings shall be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC approved DUNNAGE stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The Agency reserves the right to recoup from the Contractor any remediation costs incurred by the Government. http://www.alsc.org/ CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 7 OF 53 PAGES CONTINUED ON NEXT PAGE SPE3S1-23-Q-0002 Form (CONTINUED) IX. QUALITY ASSURANCE PROVISIONS INSPECTION/ACCEPTANCE The contractor must meet all characteristics specified herein. In addition, Government inspection shall also be at destination for identity, count and condition for all terms and conditions of the contract. This shall include but is not limited to the following: 1. All shipments must be accompanied by an accurate DD-250/WAWF report, Bill of Lading, and all other pertinent invoices as required. 2. All unit loads must be marked in accordance with DLA Troop Support Form 3556. 3. All unit loads shall be stable and not exceed 50 inches in height including pallet material. 4. All delivered product shall be free of defects. 5. All shipments must contain the correct quantity as specified by DLA Troop Support. 6. Appointments must be scheduled with the receiving activity prior to delivery. 7. All delivered product must meet or exceed the appropriate product requirements as described in this Solicitation. 8. All delivered products must meet the required date of pack/shelf life requirements. 9. To determine the date of pack, any closed date code must be accompanied with documentation deciphering the closed product code. 10. All delivered products must be free of insect and rodent infestation. Failure to comply with ANY of the above conditions may result in the shipment(s) being rejected and returned to origin, or at the Contracting Officer's discretion reworked at a labor rate determined by the destination activity (not DLA Troop Support). X. QUALITY ASSURANCE PROVISIONS: By submitting an offer, the contractor certifies that the product offered meets: the specified finished product salient characteristics and all requirements of this contract; conforms to the producer's own specifications and standards, including product characteristics, manufacturing procedures, quality control procedures, and storage and handling practices; has a national or regional distribution from storage facilities located within the United States, its territories, or possessions; and is sold on the commercial market. The Government reserves the right to determine proof of such conformance prior to the first delivery from the point of origin and any time thereafter, as may be necessary, to include delivery at final destination, and for the time the product is covered under warranty, to determine conformance with the provisions of the contract. End item lots determined nonconforming may be reworked to correct or screen out the defective units. Rework shall only be considered acceptable to the Government when the rework procedure has a reasonable probability of correcting the deficiency. An end item lot rejected by the contractor or Government must be reworked and re-offered within 30 days from the date of initial rejection. The supplies or products furnished under the contract shall be produced in accordance with the provisions of 21 CFR, Part 110, “Current Good Manufacturing Practices in Manufacturing, Packing or Holding Human Food,” and all regulations referenced therein. XI. REWORK OF NONCONFORMING PRODUCT PRE OR POST ACCEPTANCE Rework of Nonconforming Product: The Government QAR must be informed and provided documentation of all rework results when product is presented for Government verification inspection or prior to Government inspection as indicated below. A. Corrective Action (Rework/Screen Inspections) Taken Prior To Government Verification Inspection (Receipt, In-Process And End-Item Inspections): Unless otherwise specified below, all reworks and screening inspections conducted prior to the Government verification inspection do not require approval from the Government. Although the GQAR must be informed of all reworks, the contractor is not required to obtain approval to take corrective and preventive action as deemed necessary to ensure compliance with contractual requirements. For reworks requiring the Government's approval (as specified below), the contractor may submit a Standard Rework Procedure (SRP), for certain defects, under the contractor's documented QSP section XII - Corrective and Preventive Action Program. The SRPs must be specific and these must be evaluated by DLA Troop Support-FTR, and DLA Troop Support-FTSC, and approved by the applicable Contracting Officer. NOTE: All requests for rework shall be accompanied with a COMPREHENSIVE rework plan. The rework plan will include rational information and data that supports the rework plan and ensures the elimination of nonconforming material from the lot. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 8 OF 53 PAGES CONTINUED ON NEXT PAGE SPE3S1-23-Q-0002 Form (CONTINUED) When a contractor determines as a result of his end item inspection(s) or QSP that supplies do not conform to contractual requirements and the supplies cannot be reworked (such as drained weight, viscosity, piece size, residual air, etc), he has the alternative to request the Contracting Officer for a waiver for the nonconforming requirement. If the Contracting Officer approves the waiver request for a specific requirement, the written waiver approval shall be provided to the GQAR when the supplies are presented for Government Verification Inspection (the skip-lot inspection does not apply in this case). The GQAR shall inspect the supplies for compliance with all requirements of the contract, except the waived requirement. The Contracting Officer, in special circumstances, may request the GQAR to inspect for the non-conforming characteristics also, after the waiver for the nonconforming requirement has been provisionally approved, to determine severity of nonconformance only. Due to the type of statistical sampling cited in the contract, under no circumstances shall a lot found nonconforming by the contractor be inspected by the GQAR to determine conformance to a requirement that has previously been established as nonconforming by the contractor's inspection. After any lot's failure or rework, if the lot is reinspected, it will be both Contractor and Government inspected at the next higher sample size. B. The Following Reworks Must Be Coordinated With The Supervisory GQAR And Approved By The Applicable DLA Troop Support-FTR Office. 1. Insect or Rodent Infestation/Contamination: Reworks must be approved by DLA Troop Support-FTSC. 2. Food Safety and Foreign Material: All corrective actions for product retained due to processed/unprocessed container mix-ups must be approved by FTR. Thermal process deviations or deviations from the preparation, formulation or critical factors cited in the approved process schedule must be accompanied by a detailed letter from the plant's Processing Authority. The involved subcode(s), the deviation, and the disposition of the product shall be clearly identified when the complete lot is presented for Government end item verification inspection. If the producer fails to provide enough information/ data in the case of a deviation, the GQAR shall contact FTR for approval to proceed with the Government end item verification inspection. These requirements are in addition to applicable Code of Federal Regulations or other regulatory requirements (USDA-FSIS, FDA). Foreign material identified during normal in-process control actions does not require a waiver request from DLA Troop Support FTR, but does require USDA notification of the incident. However, foreign material discovered during the Contractor or GQAR/USDA end item inspection is cause for rejection of the lot. Rework requests that involve foreign material identified during end item inspections require approval from DLA Troop Support FTR before the rework activity can proceed. Note: A notification of nonconformance containing ineffective corrective actions, as identified by USDA, require DLA-TS attention and action “Retesting/re-inspection/rework of product that tested positive for food borne pathogens (salmonella, e. coli, etc.) is not authorized.” Note: Deviations (that occur during or prior to the production of a product) from specific preparation/ formulation/ingredient requirements cited in the specifications shall be submitted as a request for product deviation and must be approved and coordinated with the Specification Preparing Activity (Natick) through the applicable Contracting Officer. 3. Container Integrity Defects: All reworks due to container integrity defects noted during the producer's end item inspection (for critical container defects only) or Government final lot end item verification inspection, must be approved by FTR unless 100% primary container rework of the entire lot is conducted at source (Note: All second time reworks must be approved by the applicable FTR office). All containers exhibiting same or other container integrity defects must be removed during the 100% primary container rework and noted on the rework paperwork. Reworked lots will be inspected or re-inspected, as applicable, by the contractor at the location of the rework using the next larger sample size (for example, from 200 samples to 315, or if a second rework, from 315 samples to 500 samples). Rework results must be included with other paperwork when the lot is presented for Government end item verification inspection. 4. Second Time Reworks: All second time reworks must be approved by the applicable FTR office. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 9 OF 53 PAGES CONTINUED ON NEXT PAGE SPE3S1-23-Q-0002 Form (CONTINUED) 5. Nonconformances Noted During The Government End Item Verification Inspection: All rework requests submitted for defects noted during Government end item verification inspections must be approved by the applicable Contracting Officer, unless exempted under paragraph 3 above. C. Contractor's Quality History: 1. Effectiveness of corrective actions (rework/screen inspections) taken by the contractor prior to Government end item verification inspection (receipt, in-process and contractor's end-item inspections) will be determined by the results of the end item verification inspection performed by the GQAR. Corrective actions taken to ensure compliance with the contractual requirements prior to the Government end item verification inspection will not be counted against the contractor's quality history. If product is found conforming during the Government end item verification inspection, the corrective action will be determined to have been effective. However, all requests for waivers and product deviations will be counted. 2. If product is found nonconforming during the Government end item verification inspection following contractor corrective action for the same defect (or defect category in case of critical container defects) for which the contractor took a corrective action, the corrective action will be determined to have been ineffective. In addition to any action taken, the contractor must reevaluate their documented QSP and/or the implemented corrective and preventive action program by an internal audit and results must be submitted to DLA Troop Support-FTSB (Quality Systems Auditors). All corrective actions (rework/screening inspections, etc.) taken by the contractor due to a Government end item verification inspection rejection will be documented in the contractor's quality history records. NOTE: If the contractor elects to rework nonconforming product, it must be reworked and reoffered within 30 days from date of initial rejection. All requests for rework shall be accompanied with a comprehensive rework plan. The rework plan will include rational information and data that supports the rework plan and ensures the elimination of nonconforming material from the lot. See “Request for Rework, Request for Waiver, Request for Deviation, or Re-inspection of Nonconforming Supplies”. D. Request for Rework, Request for Waiver, Request for Deviation, or Re-inspection of Nonconforming Supplies 1. When contractor inspection or QSP, or Government verification by the QAR, reveals a process deviation or nonconforming lot, the contractor's written request for deviation, waiver, rework or re-inspection of the nonconforming lot(s) must be furnished, as appropriate to the Contracting Officer and cognizant Government QAR and shall at a minimum contain the following: NOTE: Subject line should include what is being asked for (i.e.: Request for Waiver for Drain Weight of Beef Stew or Request for Rework for Residual Air for Apple Dessert) a. Type of Request: Waiver, Notification, Re-inspection, Rework b. Approval Required from DLA: Yes or No c. Contractor Name/Address d. Contract Number e. Product Name f. National Stock Number g. Batch Number(s) (If Applicable) h. Sublot(s) (If Applicable) i. Lot Number(s) j. Process Category (i.e. Work-progress/End Item) k. Quantity l. Specification Requirement Number (PCR, CID, etc) m. Sample Size; Defect; Accept/Reject n. Defect Classification: Critical, Major, Minor, NA CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 10 OF 53 PAGES CONTINUED ON NEXT PAGE SPE3S1-23-Q-0002 Form (CONTINUED) o. Inspection Failure (Summary of non-conformances) p. Failure Identified: Processing, Packaging, End Item q. Inspector: In-plant/Contractor or USDA r. Date of Incident s. Attachments (Provide in-house, USDA worksheets, in-process data) t. Root Cause of nonconformance or deviation (Describe using a short detailed paragraph; Tell a story of the incident) u. Corrective Action (Describe using a short detailed paragraph) v. Preventive Action (Describe using a short detailed paragraph; if preventive action is not possible, state why) w. Occurrence (Has this occurred before/when; if yes, what was the date/contract/lot number of last occurrence) x. Estimated Cost y. Effect on Delivery z. Justification for request (What are you asking for?) NOTE: All requests for rework shall be accompanied with a COMPREHENSIVE rework plan. The rework plan will include rational information and data that supports the rework plan and ensures the elimination of nonconforming material from the lot. After any lot's failure or rework, if the lot is reinspected, it will be both Contractor and Government inspected at the next higher sample size. 2. When a valid technical reason for re-inspection without rework is offered and permission is granted by the PCO, the contractor shall take corrective action to eliminate the cause of the inspection revealed failure; reinspect the non- reworked lot after taking the corrective action, and evaluate the results of the initial inspection and the re-inspection by means of recognized statistical methods. a. If the statistical tests reveal no significant difference between the results of the two inspections, acceptability will be based on re-inspection results. A significant difference is one that is real and not due to chance variation. Statistically, a difference which has a 0.05 probability of occurring by chance alone is usually considered a significant difference. b. If such statistical tests reveal no significant difference between the results of the two inspections, both results will be reported to the Contracting Officer. 1. The results of the two inspections will be averaged and acceptability will be based on whether the resulting average meets the requirement, when the requirement is an average (variable) requirement. 2. The results of the initial (original) inspection will be the basis for the acceptability decision when the requirement is a unit (attribute) requirement. XII. PLACE OF PERFORMANCE A. The offeror must stipulate in its quote to this solicitation information pertinent to the place of performance. B. Any change in place(s) of performance cited in this offer and in any resulting contract is prohibited unless it is specifically approved in advance by the Contracting Officer. XIII. PACKAGING: If applicable, preservation, packaging, etc. furnished by suppliers shall meet or exceed the following requirements: Unit packages shall be designed and constructed so that the contents of each package shall be protected from damage during shipment and storage. Unit packages shall also be able to withstand subsequent handling. Unit packs susceptible to corrosion or deterioration shall be protected by preservative coatings. Items requiring protection from physical damage, or which are fragile in nature (i.e., glass) shall be protected by wrapping, cushioning, etc. or other means to mitigate damage during handling and shipment. If screw caps are used, they shall be secured to the bottles with a band of plastic shrink film or plastic tape. All bottles shall be hermetically sealed (inner seal) and secured to withstand any position in the shipping container without leaking. XIV. LABELING: CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 11 OF 53 PAGES CONTINUED ON NEXT PAGE SPE3S1-23-Q-0002 Form (CONTINUED) If applicable, labeling for unit and intermediate containers shall meet those used in the commercial distribution or over the counter retail sales. The labeling shall be sufficient to clearly and visibly identify the contents of the package. All markings must comply with the applicable laws as set forth by the Federal Food Drug and Cosmetic Act and regulations promulgated there under. XV. PACKING: If applicable, the shipping container (including any necessary blocking, bracing cushioning or waterproofing) shall comply with the regulations of the carrier used and provide safe delivery to the destination point at the lowest possible tariff cost. It shall be capable of multiple handling and storage under favorable conditions for a minimum of one year. XVI. QUOTES: Due the time sensitive nature of these Disposable Gloves, quotes received after closing will NOT be considered. PART 12 CLAUSES 52.212-1 Instructions to Offerors -- Commercial Items (MAR 2023) FAR - is incorporated in this solicitation by reference. Its full text may be accessed electronically at https://www.ecfr.gov/cgi-bin/ECFR? SID=efef3c52b917f6248e7b50687672ed94&mc=true&page=browse. Select Title 48, Federal Acquisition Regulations System. Chapter 1 is the FAR. Chapter 2 is the DFARS. Text is available for viewing in Subpart 52.2 Text of Provisions and Clauses, through either the HTML or PDF Format links. Addendum to 52.212-1: The following paragraphs of 52.212-1 are amended as indicated below: 1. Paragraph (b), Submission of Offers. Submit signed and dated offers as specified above in the “Notice to our valued suppliers” section on or before the exact due date/ local time as specified on page 1 at Block 8. [ X ] Facsimile offers are NOT authorized for this solicitation b. Submission Requirements: Offerors are required to submit the completed solicitation and the pricing proposal. Price Proposal Refer to the “Schedule of Supplies” section within the quote. The offeror shall provide their offered unit price multiplied by the estimated annual quantity and extend to the total estimated dollar value column. The sum of the estimated dollar value column will result in the total offered estimated dollar value. 2. Paragraph (c), Period for acceptance of offers. Change “30 calendar days” to read “90 calendar days”. 3. Paragraph (e), Multiple offers. Alternative commercial items may not be considered for award on this instant acquisition, however, may be utilized for market research on future requirements. 4. Paragraph (h), Multiple awards. The Government intends to make one award. 5. Paragraph (i), Availability of Requirements Documents Cited in the Solicitation. https://www.ecfr.gov/cgi-bin/ECFR?SID=efef3c52b917f6248e7b50687672ed94&mc=true&page=browse https://www.ecfr.gov/cgi-bin/ECFR?SID=efef3c52b917f6248e7b50687672ed94&mc=true&page=browse

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

Exam Gloves (Nitrile and Vinyl)

Due: 31 Jul, 2024 (in 3 months)Agency: Exam Gloves (Nitrile and Vinyl) Amendment #8 Exam Gloves (Nitrile and Vinyl) Amendment #8

Exam Gloves (Nitrile and Vinyl)

Due: 31 Jul, 2024 (in 3 months)Agency: OHIO

DISPOSABLE LATEX AND NITRILE GLOVES

Due: 30 Sep, 2025 (in 17 months)Agency: FEDERAL BUREAU OF INVESTIGATION

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.