SOLICITATION NOTICE
75 -- Acid Free Legal Size Envelopes - Attachments
- Notice Date
- 8/16/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 424120
— Stationery and Office Supplies Merchant Wholesalers
- Contracting Office
- National Archives and Records Administration, NAA, Acquisitions Division, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001, United States
- ZIP Code
- 20740-6001
- Solicitation Number
- NAMA-16-Q-0055
- Archive Date
- 10/1/2016
- Point of Contact
- Cynthia D. Jones, Phone: 301-837-1860, Santo C Plater, Phone: 301-837-2059
- E-Mail Address
-
cynthia.jones@nara.gov, santo.plater@nara.gov
(cynthia.jones@nara.gov, santo.plater@nara.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment 6 - RFQ Information Sheet Attachment 3 - Shipping Destinations Attachment 2 - Specifications Attachment 1 - Schedule of Prices 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is NAMA-16-Q-0055 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 effective July 14, 2016. This is an unrestricted acquisition under NAICS 424120, Stationery and Office Supplies Merchant Wholesalers. CONTRACT LINE ITEM NUMBER(S): See Attachment 1, Schedule of Prices. REQUIREMENT: The National Archives and Records Administration (NARA) has a requirement for Acid Free Legal Size Expansion and Legal Size Plain Envelopes. See Attachment 2, Specifications, and Attachment 3, Shipping Destinations. PERIOD OF PERFORMANCE: The period of performance will consist of a base year and four (4) option years. The following Federal Acquisition Regulation (FAR) clauses are incorporated and are to remain in full force in any resultant contract, with the exception of FAR provisions which will be removed prior to award: FAR provision 52.212-1. Instructions to Offerors - Commercial Items (Oct 2015). Addenda: Delete paragraph (h), Multiple Awards. - see below for additional quotation submission instructions. EVALUATION (In lieu of FAR provision 52.212-2): Evaluation and award will be in accordance with Simplified Acquisition Procedures at FAR Subpart 13.106, Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation authorized by FAR Subpart 13.5, Simplified Procedures for Certain Commercial Items as prescribed by FAR 12.301(c)(2). Selection of the Contractor to perform this contract will be based on NARA's assessment of the best overall value to the Government. Accordingly, best value for this contract will be obtained through a lowest price technically acceptable evaluation. Exceptions taken to any terms and conditions stated in the RFQ must be clearly outlined on a separate page of the Contractor's quotation entitled "Exceptions." Exceptions may render a Contractor's quotation technically unacceptable for award. The Contractor must also include complete rationale, justification, and the cost impact of each exception noted. The Government reserves the right to make an award on the initial quotation without discussions of this procurement. For evaluation purposes, the Total Contract Ceiling Price will be used to determine the lowest price. The Total Ceiling Price for each not-to-exceed CLIN will be determined by multiplying the Maximum Quantity by the Firm Fixed Unit Price. The evaluated Total Contract Ceiling Price will be determined by summing the Total Ceiling Price of all performance years (base year and all option years). Contractors must provide pricing (USD) for each CLIN. FOB destination pricing is required. Attachment 6, RFQ Information Sheet, must be submitted with quotations. FAR provision 52.217-5, Evaluation of Options (Jul 1990). FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items (Apr 2016) - The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) - see Attachment 4, Additional NARA Terms and Conditions (Addenda to FAR clause 52.212-4). FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2016) - see Attachment 5, FAR Clauses for the full text of this clause and for additional applicable FAR clauses. Full text provisions and clauses can be found at https://www.acquisition.gov. QUESTIONS: Questions regarding this RFQ must be submitted in writing to the Contract Specialist, Ms. Cynthia Jones at cynthia.jones@nara.gov no later than 4:00 PM ET on September 1, 2016 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 RFQ amendment. QUOTATION DUE DATE: Quotations must be received by 4:00 PM ET on September 16, 2016. Failure to submit quotations by the due date and time may result in rejection of the quotation as untimely. Contractors submitting via e-mail are cautioned to allow one extra business day for delivery and confirm receipt of quotation as the e-mail will need to pass through IT security. QUOTATION SUBMISSION INSTRUCTIONS: NARA requests that contractors email one (1) copy of the quotation to: cynthia.jones@nara.gov. However, contractors may mail one (1) hardcopy and one (1) CD of each quotation. Mailed quotations must be sent to: National Archives and Records Administration, Attention: Ms. Cynthia Jones, 8601 Adelphi Road, Room 3400, College Park, MD 20740-6001. ATTACHMENT 1 SCHEDULE OF PRICES Base Year - Months 1 -12 CLIN DESCRIPTION MIN QTY MAX QTY UNIT FIRM-FIXED UNIT PRICE TOTAL CEILING PRICE 0001 Legal Size Expansion Envelopes in accordance with Attachment 2, Specifications 4,000 50,000 Each tiny_mce_marker______ tiny_mce_marker______ Not to Exceed Price 0002 Legal Size Plain Envelopes in accordance with Attachment 2, Specifications 3,000 30,000 Each tiny_mce_marker______ tiny_mce_marker______ Not to Exceed Price 0003 RESERVED TOTAL BASE YEAR CONTRACT CEILING PRICE: tiny_mce_marker__________ Option Year I - Months 13-24 CLIN DESCRIPTION MIN QTY MAX QTY UNIT FIRM-FIXED UNIT PRICE TOTAL CEILING PRICE 0004 Legal Size Expansion Envelopes in accordance with Attachment 2, Specifications 4,000 50,000 Each tiny_mce_marker______ tiny_mce_marker______ Not to Exceed Price 0005 Legal Size Plain Envelopes in accordance with Attachment 2, Specifications 3,000 30,000 Each tiny_mce_marker______ tiny_mce_marker______ Not to Exceed Price 0006 RESERVED TOTAL OPTION YEAR I CONTRACT CEILING PRICE: tiny_mce_marker__________ Option Year II - Months 25-26 CLIN DESCRIPTION MIN QTY MAX QTY UNIT FIRM-FIXED UNIT PRICE TOTAL CEILING PRICE 0007 Legal Size Expansion Envelopes in accordance with Attachment 2, Specifications 4,000 50,000 Each tiny_mce_marker______ tiny_mce_marker______ Not to Exceed Price 0008 Legal Size Plain Envelopes in accordance with Attachment 2, Specifications 3,000 30,000 Each tiny_mce_marker______ tiny_mce_marker______ Not to Exceed Price 0009 RESERVED TOTAL OPTION YEAR II CONTRACT CEILING PRICE: tiny_mce_marker__________ Option Year III - Months 37-48 CLIN DESCRIPTION MIN QTY MAX QTY UNIT FIRM-FIXED UNIT PRICE TOTAL CEILING PRICE 0010 Legal Size Expansion Envelopes in accordance with Attachment 2, Specifications 4,000 50,000 Each tiny_mce_marker______ tiny_mce_marker______ Not to Exceed Price 0011 Legal Size Plain Envelopes in accordance with Attachment 2, Specifications 3,000 30,000 Each tiny_mce_marker______ tiny_mce_marker______ Not to Exceed Price 0012 RESERVED TOTAL OPTION YEAR III CONTRACT CEILING PRICE: tiny_mce_marker__________ Option Year IV - Months 49-60 CLIN DESCRIPTION MIN QTY MAX QTY UNIT FIRM-FIXED UNIT PRICE TOTAL CEILING PRICE 0013 Legal Size Expansion Envelopes in accordance with Attachment 2, Specifications 4,000 50,000 Each tiny_mce_marker______ tiny_mce_marker______ Not to Exceed Price 0014 Legal Size Plain Envelopes in accordance with Attachment 2, Specifications 3,000 30,000 Each tiny_mce_marker______ tiny_mce_marker______ Not to Exceed Price 0015 RESERVED TOTAL OPTION YEAR IV CONTRACT CEILING PRICE: tiny_mce_marker__________ TOTAL CONTRACT CEILING PRICE: tiny_mce_marker__________ ATTACHMENT 2 Specifications for Legal Size Envelopes: Expansion and Plain 1.0 Scope This specification covers the requirements for legal size expansion and legal size plain envelopes. 2.0 Requirements 2.1 Construction 2.1.1 Expansion Envelope: The expansion envelope shall have the fold in the longer of the two dimensions and the grain (machine direction) must run perpendicular to the fold. The expansion envelope must have an accordion expansion pleat on the bottom and sides and an overlaying flap that is un-gummed extending from the back panel that folds down over the front. The overlaying flap must be scored to fold down over the front and must lay flat when creased. The expansion envelope must be constructed with seams of folded flaps adhered to the outer side and corners of flaps and seams must be rounded. Figure 1: Expansion Envelope (Diagram not to scale) 2.1.2 Plain Envelope: The plain envelope shall have the fold in the longer of the two dimensions and the grain (machine direction) must run perpendicular to the fold. The envelope must have an overlaying flap that is un-gummed extending from the back panel that folds down over the front. The overlaying flap must be scored to fold down over the front and must lay flat when creased. The envelope must be constructed with seams of folded flaps adhered to the outer side and corners of flaps and seams must be rounded. Figure 2: Plain Envelope (Diagram not to scale) 2.2 Dimensions 2.2.1 Expansion Envelopes: A legal size expansion envelope with accordion folds on bottom and sides shall measure 14¾ inch by 9 7/8 inch when folded. The expansion pleat on the bottom and sides should be 1 ½ inch. The front overlaying flap extending from the back panel should be 6 ½" overall in length. The first of the score lines on the overlaying flap should be at the top of the back panel then at ½ and 1 inch. The allowable variation for each dimension shall be ±1/16". 2.2.2 Plain Envelope: A legal size envelope shall measure 14¾ in by 9 7/8 inch. The front overlaying flap extending from the back panel should be 6 ½" overall in length. The score line on the overlaying flap should be at the top of the back panel. The allowable variation for each dimension shall be ±1/16". 2.3 Paperboard 2.3.1 Composition It shall be made from new cotton or linen pulp, fully bleached chemical wood pulp, or a mixture of them. Paperboard shall be free of: • groundwood: - test negative in ASTM D1030 phloroglucinol test with X5 Spot Stains (ASTM has withdrawn this standard in 2011. NARA is following 2007 version) - or Kappa # ≤5 in TAPPI T-236 test • alum rosin sizing (TAPPI T-408 or ASTM D 549). • reducible sulfur (TAPPI T-406, <0.0008%). • free of optical whitening agent and fire retardant. • particles or other impurities such as: - metals - waxes - plasticizers (i.e. wet strength additives) - plastics - residual bleach - peroxide - any components that will fail the photographic activity test (ISO 18916) 2.3.2 Sizing Only alkaline sizing shall be used (surface, internal, or both). No alum rosin or rosin sizing shall be used (tested by TAPPI T 408 or ASTM D 549). 2.3.3 Alkaline Reserve The paperboard shall contain an alkaline reserve of calcium carbonate, magnesium carbonate, or a combination of both, within a range of 3-6% (calculated as CaCO3) when tested according to TAPPI T-553 or modified by slurrying the sample pulp prior to measurement, and shall be evenly distributed throughout all plies and layers. NARA will provide slurry method procedure upon request. 2.3.4 Hydrogen lon Concentration (pH) The pH value of the paperboard shall be between 8.0 and 9.5 when tested according to cold extraction method TAPPI T-509 or modified by slurrying the sample pulp prior to measurement. 2.3.5 Lignin To demonstrate the adequacy of bleaching or lignin removal, all plies and layers of the paperboard shall be: • test negative in ASTM D1030 phloroglucinol test with X5 Spot Stains • or Kappa number ≤5 in TAPPI T-236 test. 2.3.6 Abrasion Resistance The outer surfaces of the paperboard must show <2% total weight-loss (mounting card and sample) when tested according to TAPPI T-476 with a #CS10 wheel and 100 wear cycles. 2.3.7 Surface Smoothness The paperboard shall reach a smoothness of 175-220 Sheffield units when tested according to TAPPI T-538. 2.3.8 Thickness The paperboard shall have an average thickness of 0.0095"- 0.015" (10 point), when tested according to TAPPI T-411. 2.3.9 Bending Resistance When tested according to TAPPI T-556 (7.5° deflection), the paperboard shall have an internal stiffness of: • ≥80 mN (machine direction), and • ≥40 mN (cross direction) 2.3.10 Machine Direction The machine direction of the paperboard shall be perpendicular to the primary fold. 2.3.11 Score Lines The paperboard shall be scored uniformly and deeply enough to permit easy, precise folding and the retention of maximum strength along the fold line. The stock must not fray, crack, or split when folded and/or creased. 2.3.12 Folding Endurance ≥750 double folds, when tested in the machine direction according to TAPPI T-511, after conditioning according to TAPPI T-402, using 1kg load. 2.3.13 Finish The paperboard shall be plate finished (calendered) on both sides. 2.3.14 Color & Dye Bleed/Transfer Dyes used to color the paperboard shall show no bleeding or transferring when soaked in distilled water for 48 hours under ambient temperature while held in direct contact with white bond paper. 2.4 Adhesive • Water resistant adhesive shall be used to adhere the side flaps to the back. • When aging in a humidity chamber of 50°C and 87% RH for 4 hours, the adhesive shall firmly and evenly adhere the side flaps to the back, not soften or run. • The properties of the adhesive shall not negatively impact the specification of the paperboard, such as reduce the pH or alkaline reserve, increase the sulfur content, decrease the folding endurance, or cause the paperboard to fail the photographic activity test (ISO 18916). • The adhesive shall not contain sulfur, iron, copper or other ingredients that may be detrimental to archival records. • If it is necessary to buffer the adhesive, the same buffer shall be used as those in the paperboard (calcium or magnesium carbonate, or a combination of both). • The adhesive shall be invisible and shall not alter the color of the paperboard. • The adhesive must not yellow, discolor, or fail (causing delamination) over time. • The adhesive shall not contain or generate oxidants. • Pressure‐sensitive or rubber‐based adhesives are not acceptable. • When used, the adhesive must not extend beyond the joined area. 2.5 Workmanship Each envelope shall meet the requirements stated in this specification, shall be constructed in accordance with good commercial practice, and shall be free of imperfections that may affect its utility or aesthetic appearance. • Each envelope shall be made to the dimensions specified. • The front overlaying flap must be un-gummed. • All surfaces shall be smooth with no blisters, knots, or shives. Surfaces shall be free of bubbles and abrasive particles. The envelope shall contain no surface dirt (smudges, fingerprints, and the like) and no oozed adhesive and shall not be marred (scuffed, abraded, and the like) in any way. • All edges shall be cut straight and shall be smooth and even. • The corners on both the front and back flaps shall be evenly rounded and smooth. • The paperboard shall be scored and creased uniformly along all folds as well as the accordion pleats in the expansion envelope. • All folded edges and score lines shall be free of fraying, cracks, and breaks. 2.6 Identification Markings (product level) The following information shall be legibly embossed on the back of each envelope: name of manufacturer, year of manufacture, pH range and the words "low lignin". The raised text is to the outside of the folder. 3.0 Preparation for Delivery 3.1 Packaging The envelope shall be packed in standard commercial container and sealed with tape to ensure that they arrive dry and undamaged. The number of envelopes to be packed in each container shall be specified in the purchase order. 3.2 Marking (package level) The outside of each packing container shall be legibly marked with: • the purchase order number, and • the type, size, and number of envelopes packed in the container, and • the name of supplier/manufacturer and year of manufacture. 4.0 Quality Assurance Provisions 4.1 Tests Test procedures and controls specified in this document shall be used to determine the quality of the product. Other procedures and controls must be approved by the National Archives before test results will be accepted. To sample for testing, shipments will be sampled according to ANSI/ASQ Z1.4, inspection level S‐2, AQL 2.5%. Unless otherwise indicated, the tests shall be performed at, and the samples be conditioned to, standard conditions of 73±3.5 °F and 50±2% RH (TAPPI T-402). 4.2 Test Methods The requirements for paperboard quality and characteristics shall be tested in accordance with specified test methods of the American Society for Testing and Materials (ASTM), the Technical association of the Pulp and Paper Industry (TAPPI), the International Organization for Standardization (ISO) and the American National Standards Institute (ANSI). Publications describing these tests may be ordered directly from the technical associations. 4.3 Responsibility for Tests The Contractor is responsible for quality control to ensure the specifications of this contract are met. The Contractor shall provide test results to the Contract Specialist (CS) and/or Contracting Officer (CO), for each production lot used to provide supplies under this contract. The test results shall display, at a minimum, the characteristics listed below and shall be provided at least 30 days prior to shipping any items from the production lot under this contract. The Contractor may use its own facilities or any commercial laboratory certified to run quality assurance test methods listed below. NARA reserves the right to perform quality assurance at any time during the contract where such tests are deemed necessary to assure that supplies and services conform to the specifications. Therefore, the test results [pH, alkaline reserve, lignin, sizing, sulfur, abrasion and bending resistances, surface smoothness, thickness, fold endurance, bleeding and PAT], two samples of each item purchased, and a sample of at least 12 inch x 12 inch of the material used to make the item (for example boxboard), shall be sent together to the CS within 14 days after award of the contract. Additionally, the Contractor shall provide a sample of at least 12 inch x 12 inch of the material from a new production lot at any time, upon request of the Government. Table of QC Test Items and Specifications Test Items Spec. Targets Notes (test methods, test conditions, etc.) Alum-rosin sizing Negative TAPPI T 408 or ASTM D 549 Lignin Negative, or Kappa number ≤5 Phloroglucinol test, ASTM D1030 (X5 Spot Stains) TAPPI T-236 Reducible Sulfur <0.0008% TAPPI T-406 Alkaline reserve 3 - 6% (calculated as CaCO3) TAPPI T-553 (or slurry method) pH 8.0 - 9.5 TAPPI T-509 (or slurry method) Abrasion Resistance <2% (total weight-loss) TAPPI T-476 (#CS10 wheel, 100 wear cycles, on outer surfaces ) Surface Smoothness 175 - 220 Sheffield units. TAPPI T 538 Thickness 0.0095" - 0.015" TAPPI T-411 Bending Resistance ≥80 ±10mN (machine direction) ≥40 ±10mN (cross direction) TAPPI T-556 (7.5° deflection) Folding Endurance ≥750 double folds (machine direction) TAPPI T-511 (after conditioning according to TAPPI T-402, with 1kg load) Color & Dye Bleed/ Transfer No visible transferring See page 5 for detailed test method and conditions Photographic Activity Pass ISO 18916, for both paperboard and adhesive used (see note below) Note: For Photographic Activity, the contractor may wish to send samples to the Image Permanence Institute (Rochester Institute of Technology/IPI, 70 Lomb Memorial Drive, Rochester, NY 14623‐5604; Tel: 585‐475‐5199), or other testing laboratory, to determine conformance prior to submission. 5.0 Inspection 5.1 Examination Criteria An examination shall be made to determine whether the completed envelope complies with the Requirements section of this specification (see pages 1-6). The qualities and characteristics that shall be regarded as unacceptable in the completed folder are listed below. 5.1.1 Completed envelopes are: • Not style specified • Not dimensions specified • Not materials (qualities or characteristics) specified • Not color specified • Not construction specified • Not identification markings specified 5.1.2 Workmanship • Edges are not cut straight, not smooth and even • Corners are not evenly rounded and smooth • Surfaces are not clean or smooth, have oozed adhesive, smudges, fingerprints or dirt • Surfaces have blisters, knots, or shives • Surfaces have scuffs and abrasions • Fraying, cracks, or breaks along any folded or scored edges 5.1.3 Packaging for Delivery An examination shall be made to determine whether the packaging of the boxes for delivery complies with the requirements of "Preparation for Delivery Section" of this specification. The characteristics that shall be regarded as unacceptable in the packaging are listed below: • The number of envelopes per container is not as specified in contract • Container is not sealed to ensure they arrive dry and undamaged • Container is not legibly marked with the purchase order number • Container is not legibly marked with the type of envelope within • Container is not legibly marked with size of envelope within • Container is not legibly marked with number of envelope within 5.2 Responsibility for Inspection Unless otherwise specified in the purchase order, the supplier is responsible for the performance of all inspection requirements specified herein. The National Archives reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure that supplies and services conform to the prescribed requirements. 5.3 Sampling for Examination Sampling Method The sampling of envelopes in each shipment for examination shall be carried out according to methods specified in ANSI/ASQ Z1.4, inspection level S‐2. Acceptable quality levels • For construction and workmanship at product level, the acceptable quality level shall be ≤4.0% defective from each lot of material delivered. • For QC testing at product level, the acceptable quality level shall be ≤2.5% defective from each lot of material delivered. • For compliance with packaging and marking requirements at package level, the acceptable quality level shall be ≤4.0% defective from each lot of material delivered. ATTACHMENT 3 SHIPPING DESTINATIONS Deliveries may be made to all NARA Sites and the shipping destinations are below. All Delivery Orders will include a NARA Point of Contact (POC). PRIMARY DESTINATIONS PRIMARY DESTINATIONS National Archives at College Park 3301 Metzerott Road College Park, MD 20740 Delivery Hours: Mon-Fri 9:00 AM-3:00 PM National Archives Building Loading Dock 7th & Pennsylvania Ave. (R) Washington, DC 20408 (see Note 1) Delivery Hours: Mon-Fri 9:00 AM-3:00 PM National Archives at Waltham 380 Trapelo Road Waltham, MA 02154 Delivery Hours: Mon-Fri 9:30 AM-2:30 PM National Archives at New York One Bowling Green New York, NY 10004 (see Note 2) Delivery Hours: Mon-Fri 9:30 AM-2:30 PM John F. Kennedy Library Columbia Point Abilene, KS 67410 Delivery Hours: Mon-Fri. 9:30 AM-2:30 PM Franklin D. Roosevelt Library 4079 Albany Post Road Hyde Park, NY 12538 Delivery Hours: Mon-Fri. 9:30 AM-2:30 PM National Archives at Philadelphia 14700 Townsend Road Philadelphia, PA 19154-1025 Delivery Hours: Mon-Fri 9:30 AM-2:30 PM National Archives at Atlanta 5780 Jonesboro Road Morrow, GA 30260-3087 Delivery Hours: Mon-Fri 9:30 AM-2:30 PM Jimmy Carter Library 441 Freedom Parkway Atlanta, GA 30307 Delivery Hours: Mon-Fri. 9:30 AM-2:30 PM Gerald R. Ford Library Library: 1000 Beal Avenue Ann Arbor, MI 48109 Delivery Hours: Mon-Fri. 9:30 AM-2:30 PM Herbert Hoover Library 210 Parkside Drive West Branch, IA 52358 Delivery Hours: Mon-Fri. 9:30 AM-2:30 PM National Archives at Chicago 7358 South Pulaski Road Chicago, IL 60629 Delivery Hours: Mon-Fri 9:30 AM-2:30 PM Dwight D. Eisenhower Library 200 Southeast Fourth Street Abilene, KS 67410 Delivery Hours: Mon-Fri. 9:30 AM-2:30 PM National Archives at Denver 17101 Huron Street Broomfield, CO 80023-8909 Delivery Hours: Mon-Fri 9:30 AM-2:30 PM National Personnel Records Center Archival Operations - St. Louis 1 Archives Drive St. Louis, MO 63138 Delivery Hours: Mon-Fri 9:30 AM-2:30 PM Kansas City Federal Records Center 8600 NE Underground Drive Pillar 300-G Kansas City, MO 64161 Delivery Hours: Mon-Fri 9:30 AM-2:30 PM National Archives at Kansas City 400 West Pershing Drive Kansas City, MO 64108 Delivery Hours: Mon-Fri 9:30 AM-2:30 PM William J. Clinton Library 1200 President Clinton Avenue Little Rock, AR 72201 Delivery Hours: Mon-Fri 9:30 AM-2:30 PM National Archives at Fort Worth 1400 John Burgess Drive Fort Worth, TX 76140 Delivery Hours: Mon-Fri 9:30 AM-2:30 PM George Bush Library 1000 George Bush Drive West College Station, TX 77845 Delivery Hours: Mon-Fri 9:30 AM-2:30 PM Lyndon Baines Johnson Library 2313 Red River Street Austin, TX 78705 Delivery Hours: Mon-Fri 9:30 AM-2:30 PM George W. Bush Library 2943 SMU Boulevard Dallas, TX 75205 Delivery Hours: Mon-Fri 9:30 AM-2:30 PM National Archives at Seattle 6125 Sand Point Way, NE Seattle, WA 98115 Delivery Hours: Mon-Fri 9:30 AM-2:30 PM National Archives at San Bruno 1000 Commodore Drive San Bruno, CA 94066 Delivery Hours: Mon-Fri 9:30 AM-2:30 PM National Archives at Riverside 23123 Cajalco Road Perris, CA 92570 Delivery Hours: Mon-Fri 9:30 AM-2:30 PM Ronald Reagan Library 40 Presidential Drive Simi Valley, CA 93065 Delivery Hours: Mon-Fri 9:30 AM-2:30 PM Richard Nixon Library 18001 Yorba Linda Boulevard Yorba Linda, CA 92886 Delivery Hours: Mon-Fri 9:30 AM-2:30 PM NOTES TO CONTRACTOR: 1. At Delivery Location: National Archives - 7th & Pennsylvania Ave., NW Washington, DC, low boy trailers cannot get into garage. 2. At Delivery Location: National Archives New York - 1 Bowling Green, New York, NY 10004, trailers cannot exceed 12 feet - six inches in height. Twenty-four-hour advance notice, prior to delivery, is required. ATTACHMENT 4 ADDITIONAL NARA TERMS AND CONDITIONS (Addenda to FAR Clause 52.212-4) I. GOVERNMENT CONTRACT ADMINISTRATION A. This contract will be administered by: National Archives and Records Administration Acquisitions Branch, Code BCN 8601 Adelphi Road, Room 3340 College Park, MD 20740-6001 B. Contract Specialist (CS): Cynthia Jones Telephone: 301-837-1860 Email: cynthia.jones@nara.gov The Contracting Officer (CO) has the overall responsibility for the administration of this contract. Written communication to the Contract Specialist (CS) must make reference to the contract number and must be emailed or mailed with postage prepaid, to the above address. C. Contracting Officer (CO): Any BCN Warranted CO The CO alone, without delegation, is authorized to take actions on behalf of the Government to amend, modify, or deviate from the contract terms, conditions, requirements, specifications, details and/or delivery schedules; make final decisions on disputed deductions from contract payments for non-performance or unsatisfactory performance; terminate the contract for convenience or default; and issue final decisions regarding contract questions or matters under dispute. However, the CO may delegate certain other responsibilities to authorized representatives. D. NARA Point of Contact (POC): POC: TBD Telephone: Email: II. INVOICE SUBMISSION REQUIREMENTS A. The preferred method for invoicing is through the Invoice Processing Platform (IPP) which is a secure web-based electronic invoicing and payment information system. This service is provided by the U.S. Treasury's Bureau of the Fiscal Service free of charge to federal agencies and contractors. IPP allows contractors to view information regarding their contracts and orders, electronically submit invoices and view payment information. B. The IPP website address is https://www.ipp.gov. Contractors can obtain enrollment assistance by contacting the Fiscal Service Accounts Payable Help Desk via e-mail at AccountsPayable@fiscal.treasury.gov or by phone at 304-480-8000, Option 7. C. Contractors that are not able to utilize the IPP system for submitting payment requests may submit invoices electronically by e-mail to AccountsPayable@fiscal.treasury.gov. Microsoft Excel, Adobe Acrobat Portable Document Format (PDF) and Microsoft Word are acceptable formats. D. Invoices for services shall be submitted monthly unless otherwise stated elsewhere in the contract. E. For invoice and payment questions call the Fiscal Service AP Help Deskat 304-480-8000, Option 7. III. DELIVERY Delivery times will be as established in the delivery orders but shall not be sooner than 45 calendar days after receipt of order. Delivery must be made during regular business hours unless mutually agreed upon by NARA and the Contractor. Delivery must be made as ordered, in the specific quantities, to the specified destinations. Items will be shipped FOB Destination to all NARA sites as shown on Delivery Orders. The Contractor shall be responsible for risk of loss and any damages to items during shipment (see FAR 52.212-4(j)). ATTACHMENT 5 FAR Clauses I. FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Jun 2016) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) __ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) [Reserved]. __ (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). __ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). __ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). __ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). __ (10) [Reserved]. __ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (ii) Alternate I (Nov 2011) of 52.219-3. __ (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (ii) Alternate I (JAN 2011) of 52.219-4. __ (13) [Reserved] __ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). __ (17)(i) 52.219-9, Small Business Subcontracting Plan (Oct 2015) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (iv) Alternate III (Oct 2015) of 52.219-9. __ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). __ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). __ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). _X_ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). __ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). __ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). _X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126). _X_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X_ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). _X_ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). __ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). _X_ (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). _X_ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). __ (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). __ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). __ (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (36)(i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Oct 2015) of 52.223-13. __ (37)(i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-14. __ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (39)(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-16. _X_ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). __ (41) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). __ (42)(i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. __ (ii) Alternate I (May 2014) of 52.225-3. __ (iii) Alternate II (May 2014) of 52.225-3. __ (iv) Alternate III (May 2014) of 52.225-3. __ (43) 52.225-5, Trade Agreements (FEB 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (44) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). __ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). __ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _X_ (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (51) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (52) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). __ (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495). __ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). __ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). __ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). __ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Mar 2016). __ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). __ (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) (v) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212) (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (xi) __(A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O 13627). __(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). (xiv) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Mar 2016). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. II. FAR 52.216-18 Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders by a NARA Contracting Officer. Such orders may be issued from date of award through 12 months after date of award (and upon exercise of an option, the period applicable to that option). (b) All delivery orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or delivery order and this contract, the contract shall control. (c) If mailed, a delivery order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. III. FAR 52.216-19 Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $500.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of $60,000.00; (2) Any order for a combination of items in excess of $150,000.00; or (3) A series of orders from the same ordering office within 7 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 30 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. IV. FAR 52.216-22 Indefinite Quantity (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 61 months from the date of award. V. FAR 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. VI. FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days prior to expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. ATTACHMENT 6 RFQ Information Sheet Failure to provide the TAA Country of Production (if applicable) will result in no further consideration of the quotation. Contractors must complete all applicable information on this sheet and submit it with the quotation. Failure to do so will render the quotation unacceptable for receipt of the order. Statutory/Regulatory Compliance TRADE AGREEMENT ACT COUNTRY OF PRODUCTION: _____________________ ENERGY STAR® OR FEDERAL ENERGY MANAGEMENT PROGRAM (FEMP) ENERGY USE REQUIREMENT COMPLIANCE, AS REQUIRED: YES_____ or NO_____ IPv6 COMPLIANT: YES____ or NO_____ SECTION 508 COMPLIANT: YES_____ or NO____ Specific Terms, Conditions, and Administrative information PAYMENT TERMS: _________________________________________________ DELIVERY DATE: _____________________________________________________ WARRANTY INFORMATION: ___________________________________________ NAME AND ADDRESS OF QUOTER: ________________________________________________________________________ TELEPHONE NO (INCLUDE AREA CODE): __________________________ FAX NUMBER: ___________________________ E-MAIL ADDRESS: _____________________________________ ENROLLED IN SYSTEM FOR AWARD MANAGEMENT? Yes____ No____ CAGE CODE NUMBER: _____________________________________ DUNS: _______________________________________ Vendor Certification: [By signing the Vendor acknowledges that the information provided in response to this RFQ is correct.] NAME AND TITLE OF SIGNER: __________________________________ DATE OF QUOTATION: ___________________________________ SIGNATURE OF PERSON AUTHORIZED TO SIGN: ______________________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-16-Q-0055/listing.html)
- Place of Performance
- Address: National Archive and Records Administration, College Park, Maryland, 20740, United States
- Zip Code: 20740
- Zip Code: 20740
- Record
- SN04226992-W 20160818/160817000518-15ff810b18b2cf4834de664b1027780d (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 |