ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Cushion Packaging Material LTC for DLA

DEPT OF DEFENSE SP330025Q5012
Response Deadline
May 29, 2029
1154 days left
Days Remaining
1154
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Defense Logistics Agency (DLA) is seeking qualified small businesses to provide cushioning packaging materials under a Fixed Price with Economic Price Adjustment (FPw/EPA) Indefinite Delivery Indefinite Quantity (IDIQ) contract for a three-year period. The procurement involves various sizes of cushioning materials, which are essential for packaging and shipping operations across multiple locations within the continental United States (CONUS). This contract aims to ensure compliance with federal standards and facilitate timely delivery of goods, with all items required to meet specific military and commercial packing standards. Interested vendors should direct inquiries to Adam Pennartz at Adam.1.Pennartz@dla.mil or Michael Hayes Minto at michael.minto@dla.mil, and must acknowledge receipt of amendments to the solicitation to ensure their offers are valid.

Classification Codes

NAICS Code
326140
Polystyrene Foam Product Manufacturing
PSC Code
8135
PACKAGING AND PACKING BULK MATERIALS

Solicitation Documents

7 Files
Combined Synopsis and Solicitation EPA IDIQ SP330025Q5012.pdf
PDF804 KBJun 3, 2025
AI Summary
The document SP3300-25-Q-5012 serves as a combined synopsis/solicitation issued by the DLA Distribution Acquisition Operations for the procurement of cushioning materials over a three-year period. The Request for Proposal (RFP) targets small businesses and outlines the establishment of a Fixed Price with Economic Price Adjustment (FPw/EPA) Indefinite Delivery Indefinite Quantity (IDIQ) contract. Vendors are invited to submit quotes for various sizes of cushioning material for government delivery nationwide, with a maximum contract value capped at 15% above the lowest technically acceptable proposal. The document specifies that delivery orders will be emailed by DLA contracting officers, and all goods must be delivered within 30 days of the order. It highlights the importance of adhering to documentation requirements to ensure timely payment and outlines penalties for non-compliance. The RFP integrates numerous federal clauses and provisions, reflecting government regulations, procurement protocols, and contractor responsibilities. It also emphasizes the need for proof of delivery, packaging practices, and the prohibition of contracting with entities related to Russian fossil fuel operations, thus underscoring compliance with broader governmental mandates. Overall, this solicitation exemplifies the federal government's structured approach to securing commercial products while fostering small business participation and ensuring regulatory adherence.
Attachment 02 - Zones and Delivery Addresses.docx
Word32 KBJun 3, 2025
AI Summary
This government file provides guidance for vendors participating in a solicitation, requiring them to submit pricing for certain Contract Line Item Numbers (CLIN) and for defined delivery Zones 1 and 2. Delivery Orders will utilize specified addresses within these zones, which include various Defense Logistics Agency (DLA) Distribution sites among others. Zone 1 encompasses a broad range of states from Alabama to Wisconsin, while Zone 2 includes states like Arizona to Washington. The document explicitly specifies that prices must include delivery to all destinations, including military addresses and CONUS Consolidation and Containerization Points. A detailed list of DLA Distribution sites and corresponding DoD Activity Address Codes (DoDAACs) is presented. The file further identifies customers of the DLA requirement, outlining shipping addresses and specific DoDAACs for marking deliveries. Overall, this document serves as an essential resource for vendors aiming to fulfill federal procurement obligations related to delivery services within specified geographical areas.
C-06 RFQ attachment 1.pdf
PDF208 KBJun 3, 2025
AI Summary
The document outlines a government Request for Proposal (RFP) for cushioning materials specified under the identifier SP330024Q5012. It details various types of cushioning materials and their specifications, including polyethylene and polyurethane foams, bubble wraps, and barrier materials, intended for use in packaging applications. Each item is classified with a unique item description, estimated usage, and required unit pricing, emphasizing compliance with industry standards like ASTM and MIL specifications. Key aspects include a fixed pricing structure, quantity variances (plus or minus 10%), and delivery guidelines requiring shipment to destination points within 30 days post-order. Additionally, all items are mandated to follow commercial packing standards. The comprehensive list includes detailed descriptions on dimensions, material classifications, and special requirements such as palletization and marked specifications for each product line. This document serves as a vital resource in the context of government procurement, ensuring that federal, state, and local entities are aligned in sourcing quality materials compliant with safety and operational standards. It emphasizes the government's methodical approach to procurement, underscoring the importance of procedure adherence and quality assurance in material selection for various cushioning needs.
C-06 RFQ attachment 2.pdf
PDF169 KBJun 3, 2025
AI Summary
This document outlines the requirements for vendors responding to a solicitation for delivering goods under specified zones for U.S. Department of Defense contracts. Vendors must provide pricing for each Contract Line Item Number (CLIN) and delivery zone, specifically Zones 1 and 2, which encompass various states. Deliveries will be made to designated addresses within these zones, and pricing must include shipping to both domestic and overseas military locations. Zone 1 includes states such as Alabama, Florida, and New York, while Zone 2 includes states like California and Texas. The list provided details multiple Defense Logistics Agency (DLA) distribution sites and their corresponding DoD Activity Address Codes (DoDAAC). Additionally, customer shipping addresses are specified, emphasizing the need for accurate delivery management. This solicitation supports a wide logistical operation, reinforcing the need for vendors to comply with strict delivery requirements and standards in federal contracting processes.
Attachment 01 - Schedule of Supplies Cush Pack (Math).xlsx
Excel46 KBJun 3, 2025
AI Summary
The document outlines a Request for Proposal (RFP) concerning the procurement of cushioning materials under the federal project SP330024Q5012. It details fixed pricing terms, delivery requirements, and specifications for various types of foam and packaging materials. The items listed include polyethylene foam planks, polyurethane foam, bubble wrap, and anti-static cushioning materials, all designated for specific dimensions and uses. Acceptance and inspection of materials will occur at the destination, with packaging standards adhering to ASTM D 3951. The document emphasizes quantities subject to a variance of plus or minus 10%, with detailed descriptions of each item, including their respective Military Specification and Purchase Order Text, illustrating compliance with federal and military material standards. Overall, this RFP reflects the government’s intent to procure specific cushioning products necessary for packaging and shipping, ensuring they meet stringent guidelines for quality and safety, critical in supporting operational logistics and material handling.
Amendment 0001 for CSS SP3300-25-Q-5012.pdf
PDF360 KBJun 3, 2025
AI Summary
The document is an amendment to a solicitation (SP3300-25-Q-5012) issued by DLA Distribution, extending the submission deadline indefinitely. This amendment informs contractors that they must acknowledge receipt of the amendment prior to the specified deadline to ensure their offers are considered valid. The amendment emphasizes the importance of compliance and provides options for acknowledgment, such as returning copies of the amendment or including a reference in the submitted offers. It captures ongoing contract modifications, with an indication that all other terms and conditions remain unchanged. The key details are managed by Point of Contact Michael Minto, including his contact information for any inquiries. This document serves to notify potential contractors about the extension and ensures compliance with submission protocols, reflecting standard practices in government procurement processes.
Amendment 0002 for CSS SP3300-25-Q-5012.pdf
PDF349 KBJun 3, 2025
AI Summary
The document outlines the amendment of a solicitation, identified as SP3300-25-Q-5012, dated April 28, 2025, administered by DLA Distribution in New Cumberland, PA. This amendment, numbered 0001, changes key aspects of the solicitation, extending the deadline for receiving offers. Contractors are instructed to acknowledge receipt of the amendment for their offers to be considered valid. Notably, the government has decided to cancel the original combined synopsis/solicitation in its entirety, indicating that the project will be re-solicited at a future date. The document highlights the procedural requirements for contractors regarding acknowledgment and submission of offers or changes to previously submitted proposals. Overall, this amendment reflects the government's intention to refine the solicitation process and manage contract bids effectively.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedApr 28, 2025
amendedAmendment #1May 21, 2025
amendedLatest AmendmentJun 3, 2025
deadlineResponse DeadlineMay 29, 2029
expiryArchive DateJun 13, 2029

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEFENSE LOGISTICS AGENCY
Office
DLA DISTRIBUTION

Point of Contact

Name
Adam Pennartz

Place of Performance

New Cumberland, Pennsylvania, UNITED STATES

Official Sources