MODIFICATION
75 -- FEC Paper Requirement
- Notice Date
- 9/5/2012
- Notice Type
- Modification/Amendment
- NAICS
- 322231
— Die-Cut Paper and Paperboard Office Supplies Manufacturing
- Contracting Office
- Federal Election Commission, Office of the CFO, PROCUREMENT OFFICE, 999 E Street, N.W., Washington, District of Columbia, 20463, United States
- ZIP Code
- 20463
- Solicitation Number
- FEC-NOI-12-0060
- Archive Date
- 10/4/2012
- Point of Contact
- Roshawn K. Majors, Phone: 2026941225
- E-Mail Address
-
rmajors@fec.gov
(rmajors@fec.gov)
- Small Business Set-Aside
- N/A
- Description
- T his 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; quotes are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is FEC-NOI-12-0060. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 dated August 27, 2012. This acquisition will be processed under Acquisitions of Commercial item procedures and is not a small business set-aside. All responsible sources may submit an offer that will be considered by this agency. The North American Industry Classification System Code (NAICS) for this acquisition is 322231 and the small business size standard is 500. The use of Xerox brand paper is essential to the Government's requirements, thereby precluding consideration of a product manufactured by another company. The authority to contract without providing for full and open competition is FAR 6.302-1 (c) and is supported by the required justifications and approvals IAW FAR 6.303 and 6.304. The purpose of this procurement is to outline the bulk paper requirements for the FEC's high speed/high volume Xerox 700 Color Press machine and the Xerox 6115 DocuTech. This bulk paper order will also supply the necessary paper stock for all other agency duplication equipment. FEC is seeking a pre-determined delivery schedule for all regular use paper, and would like an "on-demand" ordering option for all other paper stocks. All quantity estimates are approximate, but these are the minimums. This requirement will be a single award, firm fixed price, indefinite-quantity contract that provides for an indefinite quantity, within stated limits, of supplies or services during a fixed period. The period of performance will be one 12-month base year, with four option 12-month option years. The Contractor shall be reimbursed by the Government in an amount not less than a total of $25,000 (minimum) or more than a total of $200,000 (maximum) for successful performance of this contract. FEC will issue individual firm fixed priced task orders to fulfill order requirements on an "as needed" basis. Only the Contracting Officer may issue Task Orders to the Contractor, providing specific authorization or direction to perform work within the scope of the contract and as specified in the Statement of Work. Unless specifically authorized by the Contracting Officer, the Contractor shall not commence work until a fully executed Task Order has been awarded. The Contractor may incur costs under this contract in performance of task orders and task order modifications issued in accordance with this ARTICLE. Task Orders may be awarded at any time during the five (5) year ordering period. The ordering period begins upon the effective date of the Base IDIQ award. No other costs are authorized unless otherwise specified in the contract or expressly authorized by the Contracting Officer. Award will be made to the offeror that with can meet the delivery terms and on the basis of price alone. Each base and option period should be priced based on estimated annual usage. Do not include "As Needed" requirements. Optional task should be priced as a separate line item (See attached Price Sheet). PLEASE NOTE: PAPER MUST BE STORED IN ACCORDANCE WITH XEROX STANDARDS. INCLUDE SHELF LIFE AND STORAGE PROCEDURES FOR PAPER IN REPSONSE QUOTATION. FOB term is Destination, within Consignee's Premises to 999 E Street, NW, at the FEC loading dock (w/inside delivery to Room 821) during normal business hours, Monday - Friday, between 8:30am - 4:00pm. FAR provisions and clauses that apply to this acquisition: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders; Commercial Items; FAR 52.225-1, Buy American Act-Supplies; FAR 52.204-7, Central Contractor Registration; FAR 32.703-2, Availability of Funds; FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration; FAR 52.216-18, Ordering; FAR 52.216-19, Order Limitations; and FAR 52.216-22, Indefinite Quantity; FAR 33.1, Protest, FAR 52.247-35, F.o.b. Destination, within Consignee's Premises. This notice of intent is not a request for competitive quotations; however, the Government will consider responses submitted. Responses must be submitted no later than 12:00 Noon Eastern Standard Time (EST), September 19, 2012 to Mrs. Roshawn K. Majors via e-mail to fecproposals@fec.gov. Electronic submission ONLY will be accepted. All information furnished must contain sufficient detail to allow the government to determine if it can meet the above specifications described herein. A determination by the Government not to compete the proposed acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Please reference the announcement number on all correspondence. Requests for information concerning this requirement must be submitted in writing can be e-mailed to fecproposals@fec.gov. It is the vendor's responsibility to confirm receipt of all quotations and/or questions by the closing date of this announcement via e-mail. Calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/FEC/OSD/AD/FEC-NOI-12-0060/listing.html)
- Place of Performance
- Address: 999 E Street, NW, Washington, District of Columbia, 20463, United States
- Zip Code: 20463
- Zip Code: 20463
- Record
- SN02868856-W 20120907/120906001645-7432123cfe48183ec9adfdcac9daac09 (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 |