Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 24,1997 PSA#1999

Department 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