Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2012 FBO #3865
SOLICITATION NOTICE

67 -- Agfa Aerial Film Stock OR EQUAL - Full RFP with Attachments

Notice Date
6/22/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325992 — Photographic Film, Paper, Plate, and Chemical Manufacturing
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-12-R-0007
 
Archive Date
7/25/2012
 
Point of Contact
James D Watson, Phone: 3018373160
 
E-Mail Address
james.watson@nara.gov
(james.watson@nara.gov)
 
Small Business Set-Aside
N/A
 
Description
Full RFP with Attachments This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; firm-fixed-price proposals are being requested, and a written solicitation will not be issued. The solicitation number is NAMA-12-R-0007 and is issued as a Request for Proposal (RFP). This request does not commit the Government to pay any costs incurred in the preparation or the submission of this proposal or to contract for supplies or services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, effective May 18, 2012. This is a full and open RFP with a “brand name or equal” requirement under NAICS 325992, Photographic Film, Paper, Plate, and Chemical Manufacturing. The resulting purchase order will be a firm-fixed-price purchase order and will be issued to the Contractor whose conforming proposal in response to the RFP will be most advantageous to the Government. The Government reserves the right to award on the initial proposal without discussions. RFP ATTACHMENTS: RFP Attachment 1, Schedule of Prices ; RFP Attachment 2, Salient Characteristics ; RFP Attachment 3, Required Proposal Information ; RFP Attachment 4, Terms and Conditions – continuation of applicable FAR provisions and clauses and applicable other NARA Terms and Conditions. BACKGROUND: The National Archives and Records Administration (NARA) Archival Operations (RD-DC) has a requirement to purchase Agfa Avitone PD 1P-OS Aerial Duplication Film OR EQUAL, in accordance with RFP Attachment 2, Salient Characteristics. REQUIREMENTS: Contractors must submit pricing in accordance with RFP Attachment 1, Schedule of Prices. All delivery costs must be included in the total firm-fixed-price proposal. Note: All prices must be in U.S. Dollars. NARA requires that all products are purchased from Original Equipment Manufacturer (OEM) authorized/certified Contractors only. Specific equipment requirements and specifications are contained in RFP Attachment 2, Salient Characteristics. EVALUATION: Evaluation and award will be in accordance with the procedures of FAR 12.602, Streamlined evaluation of offers. Best value for this procurement will be obtained through a lowest price technically acceptable evaluation. In order to be determined technically acceptable, all proposal submission requirements must be met, including the required documentation submissions outlined below. The Government will only accept commercial off-the-shelf (COTS) items. In order to facilitate a comprehensive Government evaluation, Contractors are required to submit in Volume I : (1) itemized technical specifications that address each enumerated requirement of RFP Attachment 2, Salient Characteristics ; (2) a completed RFP Attachment 3, Required Proposal Information ; (3) proof from the OEM manufacturer, in writing, of the Contractor’s status as an OEM-authorized/certified seller of the manufactured items ; and, in Volume II, pricing in accordance with RFP Attachment 1, Schedule of Prices. [Note: For evaluation purposes, the firm-fixed-price for each CLIN will be determined by multiplying the Unit Price by the Quantity of units, and the total fixed price will be determined by summing the firm-fixed-price of all CLINs, including option CLINs. Contractors must provide pricing for each CLIN.] Failure to submit any of the required information and documentation with the proposal may result in rejection of the proposal. The following Federal Acquisition Regulation (FAR) clauses are incorporated and are to remain in full force in any resultant fixed price purchase order, with the exception of FAR provisions that will be removed prior to issuance of the purchase order : FAR 52.212-1, Instructions to Offerors - Commercial Items ( Feb 2012); FAR 52.212-3, Offeror Representations and Certifications - Commercial Items ( Apr 2012) – An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision; FAR 52.212-4, Contract Terms and Conditions - Commercial Items ( Feb 2012) – see RFP Attachment 4, Terms and Conditions for Addenda to this clause; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items ( May 2012). See RFP Attachment 4, Terms and Conditions for the full text of this clause and for additional applicable FAR provisions and clauses. Full text provisions and clauses can be found at http://www.acquisition.gov/far/. DELIVERY: F.O.B. Destination pricing is requested for each CLIN. See RFP Attachment 1, Schedule of Prices. Packaging must be in a manner that prevents damage to the product during shipment. Delivery shall be completed between 9 AM and 5 PM Eastern Time, Monday through Friday, within 30 days of award, unless mutually agreed upon in writing by the Contractor and the NARA Technical Point of Contact (TPOC), with the Contracting Officer’s concurrence. Delivery shall be made to the following location: NARA – A-II, 3301 Metzerott Road, College Park, Maryland 20740-6001. Mark for Information is provided in RFP Attachment 4, Terms and Conditions. AFFIRMATION STATEMENTS : Contractors must complete and return RFP Attachment 3, Required Proposal Information. It is the Contractor’s responsibility to ensure that NARA is not provided either counterfeit or gray market products. Proof of authorization and equipment support from the OEM, including verification that all OEM products are certified authentic, must be in the form of a letter signed by an authorized official of the OEM of the product being proposed and must be included as part of the proposal package. In the event that products are determined to be counterfeit or gray market, NARA will seek all available legal remedies including criminal prosecution. A gray market item is an item produced by an original equipment manufacturer (OEM) that was not intended for sale in the USA; as a result, manufacturers will not honor associated warranties and service agreements. Unless the Contractor is authorized by the manufacturer to resell in the USA the particular items proposed, it is in both the Contractor’s and the Government’s best interest that the Contractor simply not respond. NARA will verify with the manufacturers immediately upon order issuance that the Contractor is an authorized reseller for this purchase. Any issues with the information provided by the manufacturer to the Government about the gray market status of the items must be addressed by the Contractor to the manufacturer. The Government will immediately cancel any order based on a proposal of gray market items. QUESTIONS : Questions regarding this RFP must be submitted to Mr. James Watson no later than 2:00 PM ET on July 2, 2012 to be considered. Questions submitted in any other manner will not be answered. The Government will answer questions or requests for clarification via a written RFP amendment. RFP CLOSE DATE: Proposals should be received by 2:00 PM ET on July 10, 2012. Failure to submit proposals by the due date may result in rejection of the proposal as untimely. Contractors submitting proposals via e-mail are cautioned to allow one extra business day for delivery and confirm receipt of proposal as the e-mail will need to pass through NARA IT security. Telephonic responses will not be processed. PROPOSAL SUBMISSION INSTRUCTIONS: Contractors may either email one (1) copy of the proposal (Volume I and Volume II-submit separate files for each volume) or mail one (1) hardcopy and one (1) CD of each proposal (Volume I and Volume II). Emailed proposals must be sent to: james.watson@nara.gov and include NAMA-12-R-0007 in the subject line. Mailed proposals must be sent to National Archives and Records Administration (NARA), Attention: Mr. James Watson (NAMA-12-R-0007), 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-12-R-0007/listing.html)
 
Place of Performance
Address: National Archives II, 3301 Metzerott Rd, College Park, Maryland, 20740, United States
Zip Code: 20740
 
Record
SN02783883-W 20120624/120622235149-c1254fed2ba4beab794bfee874b5c083 (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 |
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.