Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2004 FBO #0852
SOLICITATION NOTICE

75 -- Roll Stock White Bond Paper

Notice Date
3/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
322121 — Paper (except Newsprint) Mills
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Acquisition Services, Cleveland, 1240 East 9th Street, Room 2323, Cleveland, OH, 44199
 
ZIP Code
44199
 
Solicitation Number
Reference-Number-DBSIN4RF009
 
Response Due
4/16/2004
 
Archive Date
5/1/2004
 
Point of Contact
Brenda Parks, Contracting Officer, Phone 216-522-6845, Fax 216-522-6352,
 
E-Mail Address
brenda.parks@dfas.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Required is Paper, white, bond, roll stock for use in a 300IE Delphax printer. Paper must meet the specifications described below. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This is a 100% small business set-aside with a size standard of 750, NAICS code is 322121. Quotations submitted from other than small business sources will be rejected. The contract line items and quantities are shown below. Delivery must be F.O.B. Destination. DBSIN4RF009 is issued as a request for quotation. Please review the specifications carefully. This request and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-20, effective February 23, 2004. INSTRUCTIONS TO OFFERORS: FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The addendum to this provision notes that paragraphs (d), (e) and (h) do not apply to this solicitation. Paragraph (b)(4) is tailored as follows: a technical description of the product is not required. However, the offeror must submit a written statement as to the percentage of post-consumer recovered material, the percentage of chemically pulped wood free from contaminates; and the smoothness of the paper in Sheffield units. Offerors are to submit three (3) references in accordance with FAR 52-212-1(b)(10). NOTE ? These references must be current or work must have been completed within the last three (3) years. All offers shall be clearly marked with the quotation number DBSIN4RF009. REQUIREMENTS/SPECIFICATIONS -- It is anticipated that the resulting order will be a base (first) period with two (2) option years. A firm-fixed price quotation is requested for the requirement detailed in the SOW. Anticipated Contract Line Item Numbers (CLINs) are: CLIN 0001 ? 42 rolls @ $ XX.XX; CLIN 0002 (Option 1 October 1, 2004-September 30, 2005) ? 116 rolls @ $ XX.XX; CLIN 0003 (Option 2 October 1, 2005-September 30, 2006) ? 116 rolls @ $ XX.XX. FAR 52.217-7, Option for Increased Quantity ? Separately Priced Line Item, applies to this acquisition. Further, FAR 52.217-6, Option for Increased Quantity, applies to this acquisition and is addressed in the specifications below. TERMS AND CONDITIONS: FAR 52-212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52,212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items and the additional referenced clauses which follow are applicable to this acquisition: 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.232-33. DFARS 252.212-7001, Contract Terms and Conditions required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, and the additional referenced clause which follows are applicable to this acquisition: 252.225-7001. Also applicable is DFARS 252.204-7004, Alt A, Required Central Contractor Registration. EVALUATION: The provisions at FAR 52.212-2, Evaluation-Commercial Items (Tailored) apply to this acquisition. Paragraph (a) is tailored as follows: The Government will award an order resulting from this request for quotation to the offeror whose quote represents best value to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: price and technical compliance. Technical compliance is considered more important when evaluating quotes. In the event of a tie, award will be made to the contractor quoting the greatest percentage of recovered materials. To be considered for an award under this solicitation, offerors must provide a firm-fixed unit price per roll for each line item. Price increases from the manufacturer cannot be passed on after award. REPRESENTATIONS AND CERTIFICATIONS: Offerors must include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quote. This provision can be obtained at the on-line reference(s) below. Questions concerning this request for quotation will be accepted through close of business (COB) EST April 2, 2003 via e-mail only at the address below. QUOTATIONS DUE: Quotations should be submitted by e-mail to the following address: brenda.parks@dfas.mil and include the CAGE code and Federal Tax-ID number. Quotations should be received by close of business EST April 16, 2004. All provisions/clauses mentioned above may be found in full text at http://arnet.gov.far or http://farsite.hill.af.mil/ . SPECIFICATIONS: White Bond paper, RollStock for Delphax 300IE printers that meet the following specifications: 1. Paper width will be 8.5 inches with appropriate variance as stated in Delphax document #1017691D. 2. Core size will be 3.000 inches with appropriate variance as stated in Delphax document #1017691D. 3. Roll diameter will be approximately 50 inches, not to exceed 52 inches in diameter. 4. Weight of paper will be 20 pounds with all other specifications as outlined in Delphax document #1017691D. 5. All paper rolls will be delivered on pallets in an upright position. A maximum of three per pallet. 6. End of roll indicator is not required as stated in Delphax specification. 7. Due to possible realignment of functions, request option to increase quantities up to 25%. Unit cost rates to be adjusted accordingly. DELIVERY SCHEDULE: Vendor shall delivery in accordance with the following quantity and schedule: Base: Period of Performance May 1, 2004 ? September 30, 2004 delivery: 42 rolls to be delivered no later than two weeks after contract award. Option 1: Period of Performance: 10/01/04 ? 09/30/05; Delivery of 90 rolls on 10/15/04, and the final 26 rolls on 04/15/05. Option 2: Period of Performance: 10/01/05 ? 09/30/06; Delivery of 90 rolls on 10/15/05, and final 26 rolls on 04/15/06. If one of these dates fall on a weekend or a legal Federal Holiday, the vendor shall deliver the rolls on the next business day. DELIVERY SITE: Vendor shall deliver all paper rolls on pallets with the rolls in an upright position to: DFAS-IN Warehouse 3250 North Post Road Building 3 Suite 315 Indianapolis, IN 46226-6536 Warehouse POC Gary Kaser 317-510-5725 Hours of operation: 7:00am to 2:30pm local time.
 
Place of Performance
Address: Defense Finance and Accounting Service, 3250 N. Post Road, West End, Bldg 3, Suite 315, Indianapolis, IN
Zip Code: 46226
Country: United States
 
Record
SN00554447-W 20040327/040325212704 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.