|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 24,1997 PSA#1999Department of the Treasury (DY), Bureau of Engraving and Printing
Office of Procurement, 14th & C Sts., SW, Room 708-A, Washington, DC
20228 68 -- PRECIPITATED-CALCIUM CARBONATE SOL BEP-98-08(TN) DUE 012298 POC
ronnetta fuller, procurement technician 202-874-2127, pamela switzer,
contracting officer 202-874-3254 WEB: click here to download a copy of
the RFP, http://www.treas.gov/bep/proc/. E-MAIL:
pamela.switzer@bep.treas.gov, ronetta.fuller@bep.treas.gov. 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. This Request for Proposal
(RFP) is identified by No. BEP-98-08(TN). This solicitation document
and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 97-2. This acquisition is unrestricted.
The contract type will be fixed price/indefinite delivery, indefinite
quantity delivery order. The period of performance will be for a base
period of twelve months with three (3) twelve month option periods. The
estimated quantity for the Base Period (Washington), is 280,800lbs,
with a minimum of 73,008 lbs. and a maximum of 365,040lbs; for the Base
Period (Fort Worth, Texas), the estimated quantity is 239,200lbs, with
a minimum of 62,192lbs and a maximum 310,960lbs; for Option Period I
(Wash) the estimated quantity is 297,000lbs, with a minimum of
77,220lbs and a maximum of 386,100lbs; for Option Period I (FW) the
estimated quantity is 253,000lbs, with a minimum of 65,780lbs and a
maximum of 328,900lbs; for Option Period II (Wash) the estimated
quantity is 315,900lbs, with a minimum of 82,134lbs and a maximum of
410,670lbs; for Option Period II (FW) the estimated quantity is
269,100lbs, with a minimum of 69,966lbs and a maximum of 349,830lbs;
for Option Period III (Wash) the estimated quantity is 334,800lbs with
a minimum of 87,048lbs and maximum of 435,240lbs; and for Option
Period III (FW) 285,200lbs with a minimum 74,152lbs and a maximum of
370,760lbs . The Bureau of Engraving and Printing, hereinafter referred
to as the BEP reserves the right to reject any material which has an
adverse effect on its employees or end users. Adverse effects include,
but are not limited to, headache, eye, dermal, nasal or throat
irritation and/or sensitization, nausea, and dizziness. Offerors shall
be required to prepare a material safety data sheet (MSDS) that
complies with the Occupational Safety and Health Administration (OSHA)
requirements as listed in 29 CFR 1910, Part 1200, paragraph (g) and
(i). No materials, which are defined as "hazardous chemical" under the
HAZCOM standard, shall be used without an approved MSDS. This
specification establishes performances and acceptance requirements for
precipitated calcium carbonate for use as an ingredient in printing
inks to be manufactured by the BEP. The precipitated calcium carbonate
shall be a manufactured obtained from chemical reactions. It shall be
a finely precipitated and well dispersed dry white powder that is free
from admixtures of other substances. The calcium carbonate shall not
contain organic colors or lakes, extender, or adulterants. The calcium
carbonate shall contain as a minimum 95.0 per cent calcium carbonate
(as Ca and Mg) when tested in accordance with ASTM Method C 25 section
18. The calcium carbonate shall be delivered in multiwall paper bags,
which are able to afford protection against damage in shipping and
handling and shall conform to the applicable requirements of the
National Motor Freight Classification Rules and Container
Specifications. Each bag shall be of uniform size and be of such size
and type as to allowing the filled bags to lie flat and be palletized.
The bags shall be delivered on sturdy wooden non-returnable pallets
that permit four-way entry by forklift truck. Each bag shall contain
22.7 kilograms (50pounds) of material. The bags should be packed six
bags to each layer and interlocked in stacks of no more than eight
layers. Each palletized unit shall be bonded together in such a manner
as to keep the load from shifting in transit. Stretch or shrink wrap
may be used to bond the palletized load. The cost of palletizing shall
be included in the proposed price. Barcode Label Each container shall
bear barcode labels in accordance with "The Specification for Vendor
Affixed Barcode Labels for the Bureau of Engraving and Printing,
L:VAB-1a dated." In accordance with this specification: each pallet
shall be marked on two opposite sides, "Calcium Carbonate, BEP stock
purchase order number, and the name, address and phone number of the
contractor". Each bag shall be labeled in accordance with the
provisions of the Hazard Communications Standard, 29 CFR 1910.12000(f).
This labeling shall include the identification of any hazardous
material and appropriate hazard warnings. The quantity will be as
specified in each individual order. The earliest that delivery may be
required is 30 calendar days after issuance of the individual delivery
order. Delivery of bulk shipment shall be FOB Destination within
consignees' premises to the BEP, Lorton Warehouse Facility, 9610
Gunston Road, Lorton, VA 22079, and to the Western Currency Facility,
Blue Mound Road, Fort Worth, TX 76131. Contractors are required to
contact the D.C. Facility Receiving Section at least 24 hours in
advance of delivery of production deliverables at (703) 550-7717.
Federal Acquisition Regulation (FAR) 52.212-1, "Instructions to Offeror
Commercial Items," applies to this acquisition and is modified as
follows: subparagraph (b) is deleted; subparagraph (c) is modified to
extend the acceptance period of an offer to 60 days. On or before
January 22, 2998 each offeror must submit a 22.7kg (50lbs) sample which
is representative of the material the offeror proposes to furnish if
awarded the contract. Samples must be sent to: Ink Technology Division
Attn: Ike Gallagher, Office of Production Support, Bureau of Engraving
and Printing, 14th & C Streets, SW, Washington, D.C. 20228-0001. The
samples shall be labeled as follows: Offeror's name and address, BEP
solicitation number, Calcium Carbonate, BEP stock item no. 1I000038,
Lot number and date of manufacture to: Bureau of Engraving & Printing,
Attn: Ink Technology Division, Ike Gallagher. FAR 52.223-3, "
Hazardous Material Identification and Material Safety Data, Alt I,"
applies. Therefore, Offerors are also required to submit Material
Safety Data Sheets (MSDS) to the Ink Technology Division, Ike Gallagher
at the address above by January 12, 1998, or 10 calendar days prior to
submission of material samples. Interested Offerors may request a copy
of the MSDS under BEP's existing contract from the Contracting Officer.
No samples will be tested without an MSDS. The material shall not
contain contaminants in excess of those listed in Table I, 40 CFR Part
261.24, for the Toxicity Characterisic Leaching procedure (TCLP). If
the material contains as an ingredient any of the chemicals that are
regulated as air toxin by the Clean Air Act Amendments of 1990, Section
112, the offeror shall prepare a list of the names and concentration of
any such chemicals. If the materials contains as an ingredient any of
the chemical that are listed by California's "Safe Drinking Water and
Toxic Enforcement Act", the offeror shall prepare a list of the names
and concentrations of any such chemicals. The offeror shall certify in
writingand submit the certification with their MSDS's that they are in
compliance with the regulation set forth in CFR 720, Premanufacture
Notification. If the material contains any ingredient known to cause
cancer or known to be a reproductive toxicant as recognized by the U.S.
Environmental Protection Agency, OSHA, or any of the individual states,
the offeror shall provide list of the chemical names, CAS numbers, and
indicated the source of the chemical. If the material contains any of
the chemicals reportable under the Superfund Amendments and
Reauthorization Act of 1986, the offeror shall prepare a list of the
Chemicals and their concentrations. The material shall not contain any
of the toxic organic chemical listed in Title 21 DCMR, Chapter 15,
Section 1501.4. FAR 52.212-2 "Evaluation Commercial Items" is
applicable. The following technical factors shall be used to evaluate
the samples: (1) Median Particle Size, microns, range .06 to 1.1; (2)
Specific Gravity, range 2.65 to 2.71; (3) 325 Mesh Retention,
%44 microns maximum .05; (4) Moisture and Other Volatiles, % by
weight maximum 1.0; (5) Oil Absorption (wt./100wt), range 24 to 36, (6)
control limit target + 7.0%; pH (slurry), range 8.0 to 11.0. The BEP
will use American Society for Testing Materials (ASTM) testing methods
as follows: to test for, Calcium Carbonate Content ASTM C 25, Particle
Size Distribution and Median Particle Size ASTM C 0958, Specific
Gravity ASTM D 153, 325 Mesh Retention ASTM D 185, Moisture and Other
Volatiles ASTM D 280, Oil Absorption ASTM D 281, and p H ASTM D 1208.
The sample submitted by the offeror will be used to make a 100 pound
batch test currency ink using standard formulation and manufacturing
procedures. Each batch of ink will then be used to print test sheets of
currency. These test currency will be tested to ensure that it meets
the printing standard of the BEP, these standards and test procedures
are available upon written request to the Contracting Officer. All
technical criteria will be evaluated on a pass/fail basis. BEP's source
selection decision will be based on low price -- technically
acceptable, assuming an acceptable past performance rating. Past
performance will be determined to be acceptable if all reference checks
are positive. Offerors are advised to include a completed copy of the
provision at FAR 52.212-3, "Offeror Representation and Certification --
Commercial Item," with its offer. FAR 52.212-4, " Contract Terms and
Conditions Commercial Items," will be incorporated into the resulting
contract with the following addenda: (1) paragraph (a) is hereby
modified to identify a constructive acceptance period of 30 days. The
following FAR clause are incorporated by reference: (i) 52.211-16
insert in subparagraph (b), "10% increase and 10% decrease"; and "Each
quantity specified in each delivery order"; (ii) 52.211-17 (iii)
52.216-18 -- insert in subparagraph (a), date of award through 12
months thereafter" for Line Item 001 "Month 13 through 24 months" for
Line Item 002, Month 25 through 36 months" for Line Item 003, "Month 37
through 48 months". FAR 52.223-3 with Alt. I FAR 52.212-5, "Contract
Terms and Condition Required to Implement Statues or Executive Orders
Commercial Items" will be incorporated into the resulting contract and
the following clauses are applicable: 52.203-6 with Alt I: 52.203-10;
52.219-8; 52.222-26; 52.222-35; 52.222-36; 52.222-37; and 52.225-9.
Offer must be submitted on letter head stationary and, at a minimum,
provide: (1) the solicitation number (BEP-98-08(TN)); (2) the name and
address, point of contact and telephone number of the Offeror; (3)
terms of any express warranty; (4) price and discounts terms; (5) "
remit to " address, if different from mailing address; (6) a completed
copy of the representations and certifications (FAR 52.212-3); (7) an
affirmative statement specifying agreement with all terms, conditions
and provisions to this solicitation (8) past performance data is
required by FAR 52.212-1 (b) (10). Offers shall be mailed to: Bureau of
Engraving and Printing, Office of Procurement, room 708-A, 14th and C
Streets, S.W., Washington, D.C. 20228-0001, Attn: Ronnetta R. Fuller.
Offerors that fail to submit a complete offer or take exception to the
terms and conditions of the solicitation risk being excluded from
consideration. All responsible offerors may submit a proposal, which
will be considered by the Government. OFFERS ARE DUE BY JANUARY 22,
1998, 2PM LOCAL TIME. (0356) Loren Data Corp. http://www.ld.com (SYN# 0236 19971224\68-0002.SOL)
68 - Chemicals and Chemical Products Index Page
|
|