Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2012 FBO #3921
SOLICITATION NOTICE

67 -- Positive Duplicating Microfilm - NAMA-12-R-0015

Notice Date
8/17/2012
 
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-0015
 
Point of Contact
Evelyn Dean, Phone: 301-837-0736, Jean-Claude Amisial, Phone: 301-837-0521
 
E-Mail Address
evelyn.dean@nara.gov, jean-claude.amisial@nara.gov
(evelyn.dean@nara.gov, jean-claude.amisial@nara.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Propopsal NAMA-12-R-0015 in its entirety. This is a combined synopsis/solicitation for commercial items 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; fixed price proposals are requested and a written solicitation will not be issued. The solicitation number is NAMA-12-R-0015 and is issued as a Request for Proposal (RFP). This request does not commit the government to pay any costs incurred in the preparation of the submission of this proposal or to contract for supplies or services. Any representations and/or certifications attached to this RFP must be completed by the offeror. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, effective July 26, 2012. COMPETITION : This acquisition unrestricted and subject to full and open competition. EVALUATION : The Government reserves the right to make an award without discussions of this procurement. Evaluation and award will be in accordance with the procedures of FAR Subpart 12.602, Streamlined Evaluation of Offers. Award will be made to the offeror whose conforming proposal in response to the RFP will be most advantageous to the Government. Best value for this award will be obtained through a lowest price technically acceptable evaluation. For evaluation purposes, the fixed price for each CLIN will be determined by multiplying the firm fixed Unit Price by the Maximum Quantity of units, and the Total fixed price will be determined by summing the price of all CLINs. The Government will only accept commercial-off-the-shelf items. In order to facilitate a comprehensive Government evaluation, contractors quoting other than the specified brand name and/or model number ("Or Equal"), contractors MUST explicitly indicate this in their proposal. Contractors MUST submit itemized technical specifications-that address each enumerated requirement of RFP Enclosure 2, Salient Characteristics-for each proposed "Or Equal" item. CONTRACT TYPE : The National Archives and Records Administration (NARA) intends to issue an Indefinite Delivery Indefinite Quantity (IDIQ) contract with firm fixed unit price. AFFIRMATION STATEMENTS : Supplies furnished under this RFP are of domestic origin unless otherwise indicated by contractor. Contractors must include the country name for the Place of Manufacture (End Product) for each CLIN in their proposal submissions in order to assist with Congressional reporting requirements of end products manufactured outside of the United States, see FAR subpart 25.004. REQUIREMENT : The purpose of this acquisition is to purchase positive duplicating microfilm to facilitate the preservation and access to the public of NARA's non-textual holdings: CLIN 0001, Positive Duplicating Microfilm, manufactured AGFA., Manufacturer part number: 2OYAT, Minimum Quantity: 200, Maximum Quantity: 2,000, Unit of Issue: Roll. Contractors must submit their pricing in accordance with RFP Enclosure 1, Schedule of Prices and Delivery Schedule. DELIVERY : F.O.B. Destination pricing is requested for each CLIN, all delivery costs must be included in total firm fixed-price. See RFP Enclosure 1, Schedule of Prices and Delivery Schedule. Packaging must be in a manner that prevents damage to the equipment during shipment. Delivery must be undertaken during regular business hours (7 AM and 5 PM Eastern Time), Monday through Friday, unless mutually agreed upon by NARA and the Contractor. Deliveries will be made in accordance with the delivery schedule outlined in RFP Enclosure 1, Schedule of Prices and Delivery Schedule. QUESTIONS/ REQUESTS FOR CLARIFICATION : All questions or requests for clarification regarding this RFP must be submitted in writing to Mrs. Evelyn Dean no later than 3:00 PM E.T. on August 24, 2012 to be considered. Questions submitted at a later date may not be answered. The Government will answer questions or requests for clarification via a written solicitation amendment. SUBMISSION OF PROPOSAL : Hard copy submission: An original plus three (3) copies of each proposal should be mailed to National Archives and Records Administration (NARA), Attention: Mrs. Evelyn Dean (NAMA-12-R-0015), 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001. Electronic submission: Proposals may also be e-mailed to: evelyn.dean@nara.gov. Contractors submitting 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 IT security. Submission deadline: Proposals should be received by 3:00 PM E.T. on August 31, 2012. Failure to submit proposals by the due date may result in rejection of the proposal as untimely. The following Federal Acquisition Regulation (FAR) clauses and NARA Terms and Conditions are incorporated and are to remain in full force in any resultant firm fixed-price contract, with the exception of FAR provisions which will be removed prior to award: 1. FAR 52.211-6, Brand Name or Equal (Aug 1999) - Applies to CLIN 0001. Contractors must clearly demonstrate equality if quoting other than Brand Name for these CLINs. (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. 2. FAR 52.212-1, Instruction to Offerors-Commercial Items (Feb 2012). 3. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Apr 2012) - An offeror shall complete only paragraphs (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. 4. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2012). 5. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Jul 2012). Please see RFP Enclosure 3, Terms and Conditions, for additional FAR provisions and clauses and NARA Terms and Conditions. RFP NAMA-12-R-0015 (in its entirety is attached), please read.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-12-R-0015/listing.html)
 
Record
SN02844600-W 20120819/120817235656-149f7014e257c838786062bf0a678a6e (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.