SOLICITATION NOTICE
75 -- Marginally Punched, Perforated, Roll, Paper, Stock for Use on IBM 4000 and 4100 Advanced Fucntion Laser Printers
- Notice Date
- 8/11/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 453210
— Office Supplies and Stationery Stores
- Contracting Office
- Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, Maryland, 20745
- ZIP Code
- 20745
- Solicitation Number
- TIRNO-11-Q-00247a
- Archive Date
- 9/1/2011
- Point of Contact
- Daniel K Higgins, Phone: 202-283-6383
- E-Mail Address
-
daniel.k.higgins@irs.gov
(daniel.k.higgins@irs.gov)
- Small Business Set-Aside
- HUBZone
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation TIRNO-11-Q-00247a is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions are those that are in effect through Federal Acquisition Circular (FAC) 05-38, and the size standard is $30 million. This is a set-aside for small business HUBZone concerns. The associated North American Industry Classification System (NAICS) code is 453210. The Internal Revenue Service (IRS) has a requirement for marginally punched and/or perforated blank, roll paper stock for use on IBM 4000 Advanced Function Laser Printer and/or IBM 4100 Advanced Function Laser Printer. This will be a firm fixed price order for 5,000 rolls of specified paper to be delivered at the 2 locations and the dates specified later in this announcement. Please e-mail requests for attachment of illustrated copy of pallet instructions. Term of Contract: September 1, 2011 - August 31, 2012 Bid Submission: Bids must be e-mailed to Daniel Keith Higgins at Daniel.K.Higgins@irs.gov QUALITY CONTROL PROCEDURES: Contractor shall, prior to start-up, put into effect within his/her own organization, and maintain throughout the term of this contract, a quality control program that will ensure the Govt.'s quality assurance, inspection, and acceptance provisions stated herein are met. The paper furnish for the items ordered under this contract must be uniform throughout the term of the contract to assure consistent and uninterrupted processing on the equipment specified. PREAWARD TESTING OF SAMPLE: Contractor being considered for award shall be required to complete the following pre-award test, unless waived by the Contracting Officer (CO). The Govt. may waive the requirement for a pre-award test where supplies identical or similar to those called for have been previously furnished by the contractor and have been accepted by the Govt. ALL SAMPLES MUST BE MANUFACTURED AT THE FACILITIES IN WHICH THE CONTRACT PRODUCTION QUANTITIES ARE TO BE MANUFACTURED: Each sample must be constructed as specified (marginally punched) and must be of the size, kind, and quality that the contractor will furnish, and must be produced using the paper, equipment and methods the contractor will use during the term of the contract. PAPER SAMPLES: Prior to contract award: The contractor shall submit roll samples to: 1) Internal Revenue Service, Correspondence Production Services East: Brian Wischmeyer - 985 Michigan Avenue, Detroit, MI 48226; and 2) Correspondence Production Services West: Michael Bates - 1160 W 1200 S, Ogden, UT 84404. The container & accompanying documentation shall be marked "PREAWARD TEST SAMPLES" and shall include the RFQ number. Samples will be tested for conformance of materials for usage on the specified equipment and for construction. TESTING: Shall be conducted in accordance with standards in Parts 2 & 4, Government Paper Specifications Standards No. II. The precision requirements of the acceptance criteria (part 4) shall apply. PREAWARD SURVEY: In order to determine the responsibility of the prime contractor or any subcontractor, the Govt. reserves the right to conduct a pre-award survey or to require other evidence of technical, production, managerial, financial, and similar abilities to perform, prior to contract award. TRIM SIZES: Format "D", 18" wide rolls No less than 30% Post Consumer Waste White plain copier, Xerographic, Laser printer paper basis weight: 20 lb. paper per 500 sheets, 17 x 22", equal to JCP Code 0-63. NOTE: All roles are to be blank roll paper stock, 50" in diameter (+/- 1/32 of an inch) mounted on a 6" core, marginally punched and/or perforated with holes that are standard in size & spacing, include larger start of form hole. Guide holes are required for each center requesting them. It is also required that the contractor put a start good forms mark on every roll. Core must be constructed of such material as to secure against crushing and be suitable for the specified equipment. Splices are acceptable if clean edged. No single roll shall have more than one (1) splice. Tape used to secure splices must be compatible with laser printer requirement and must be able to withstand extreme temperatures. Commercially available tapes which have been found to meet Govt. test requirements included: 3M Company, stock number YR-914/skip-slit or equivalent. Roll must be marked to indicate exact location of splice. No single shipment shall have more than 10% of the rolls with splices. The contractor will furnish all materials and operations necessary to produce the products in accordance with these specifications. Paper and Marginal Punching, Marginal control punches, and perforation must meet all requirements recommended by the manufacturer of the IBM 4000 Advanced Function Laser Printer and/or IBM 4100 Advanced Function Laser Printer. Special attention must be given to keeping the paper & packing free of chad and other manufacturing debris. Paper that fails to perform on the printer due to paper quality or paper manufacturing defects will result in rejection of the entire shipment. Pallets are required. NOTE: PALLETS AREN'T TO BE STACKED ON TOP OF ONE ANOTHER ON THE TRUCK. SHIPMENTS DAMAGED BY STACKING PALLETS ONE ON TOP OF ANOTHER WILL BE REJECTED AND THE CONTRACTOR SHALL BE CONSIDERED LATE. CONTRACTOR MUST PLACE TWO ROLLS ON EACH PALLET. PLEASE REFER TO IRS D12321-LR / LASER ROLL PALLET SPECIFICATIONS. Pallets should be Type III, Group 2 or 3, two way flush pallet, size: 50" diameter rolls: L 51" x W 40", full entry must be on the 40" side. Pallets MUST contain a double support joist on each side 1.5" x 4" running the entire 51" length, for format D 50" diameter roll paper - Must be made in accordance with Federal Specifications NN-P-71 and any amendments thereto. NOTE: ALL ROLL STOCK MUST BE SECURED ON PALLETS BY CHOCKS. PACKING: Each pallet must be wrapped (covering all rolls of paper) completely in at least 5 wraps of moisture-proof plastic wrapping material (of strength) that will ensure arrival at destination in a clean & un-mutilated condition. Rolls should be placed on side and banded with plastic straps that will not break under normal usage conditions. Bands must go through the core in addition to over the top. Corner pads must be utilized on rolls to prevent damage from strapping. CONTRACTOR IS RESPONSIBLE FOR DELIVERING PAPER DAMAGE FREE, AND FOR HANDLING ANY SHIPPING PROBLEMS. LABELING & MARKING: Each roll must be labeled with Jacket, Program, and Purchase Order numbers. Each pallet must be marked with safety warnings for heavy roll paper, and procedures for safe handling information, such as moving the pallet and removing rolls form the pallets. Product Usage information should also be contained on each roll, information on how the unwind direction is marked, how to find the production label inside the core, explanation of the start of good forms mark (stopping the run 1" from the core, due to set-up footage, etc.) should also be contained here. QUALITY CONTROL INSPECTION: (When requested by agency) a representative from IRS will be on-site during production & packing start-up to monitor quality of product and compliance with packing specifications. DISTRIBUTION: Deliver free on f.o.b. destination to the following IRS locations: Ogden Campus & CPS-West 112 North 700 West, Bldg 4B Ogden, UT 84404 CPS-East 985 Michigan Ave. Detroit, MI 48226 NOTE: All centers must be notified at least 24 hours prior to delivery. The name of the trucking company & driver, description of truck, and local contact phone number must be provided. SCHEDULE: Below is an approximate delivery schedule for the estimated 5000 rolls to be purchased: Detroit Staggered Delivery Dates and Quantity: September 2011: 44 rolls October 2011: 44 rolls November 2011: 264 rolls December 2011: 308 rolls January 2012: 176 rolls February 2012: 220 rolls March 2012: 308 rolls April 2012: 308 rolls May 2012: 352 rolls June 2012: 352 rolls July 2012: 88 rolls Ogden Staggered Delivery Dates and Quantity: September 2011: 40 rolls October 2011: 40 rolls November 2011: 320 rolls December 2011: 280 rolls January 2012: 160 rolls February 2012: 240 rolls March 2012: 320 rolls April 2012: 320 rolls May 2012: 320 rolls June 2012: 320 rolls July 2012: 176 rolls CONTRACTOR TO NOTE: PARTIAL SHIPMENTS WON'T BE ALLOWED WITHOUT PRIOR NOTIFICATION TO THE CONTRACTOR BY THE CONTRACTING OFFICER, NOT THE ORDERING AGENCY. OTHERWISE, PARTIAL SHIPMENTS WILL BE DECLARED DELINQUENT. INSTRUCTIONS FOR BID SUBMISSIONS: Prices must include the cost of all required materials and operations for each item listed in accordance with these specifications. 5,000 rolls of paper as specified in this synopsis:.....................tiny_mce_marker______________________ My production facilities are located within the assumed area of production _____ yes _____ no NOTICE: Bidders OUTSIDE the assumed area of production should complete the following information: Proposed carrier(s) for delivery of rolls _____________________________________________ All quotes must include payment terms, a contact person (name & phone number), business size, and DUN's number (HUBZone status will be verified in the DOD Central Contractor Registration (CCR) database. All Treasury contractors are required to be registered in the CCR database prior to receipt of award. All questions shall be referred to Daniel Higgins, Contract Specialist, (202)283-6383. The provisions at FAR 52.212-1, Instructions to offerors - Commercial, apply to this acquisition. Offerors shall include a fully executed copy of FAR provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. FAR Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items apply to this acquisition. Per 12.603(b) the SF 1449 is not used. FAR Clauses 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities and 52.232-33, Payment of Electronic Funds Transfer - Central Contractor Registration. Offerors not in possession of the above referenced clauses and provisions in full text may obtain a copy via the internet at http://www.arnet.gov or by contacting the contract specialist.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/TIRNO-11-Q-00247a/listing.html)
- Place of Performance
- Address: Ogden Campus & CPS-West, 112 North 700 West, Bldg 4B, Ogden, UT 84404, and, CPS-East, 985 Michigan Ave., Detroit, MI 48226, United States
- Zip Code: 48226
- Zip Code: 48226
- Record
- SN02530359-W 20110813/110811235206-3e0773d9d5ba85980f4dc58c85c83996 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |