|
COMMERCE BUSINESS DAILY ISSUE OF MAY 30,2000 PSA#2610Social Security Administration, Deputy Commissioner for Finance,
Assessment and Management, Office of Acquisition and Grants, 1710 Gwynn
Oak Avenue, Baltimore, MD, 21207-5279 75 -- 50-INCH ROLLED PAPER 18 INCHES WIDE SOL SSA-RFQ-00-0266 DUE
060500 POC Christine Nagengast, Contract Specialist, Phone 4109659520,
Fax 4109669310, Email christine.nagengast@ssa.gov -- Maria Prevost,
Contract Specialist, Phone 4109659523, Fax 4109669310, Email
maria.prevost@ssa.gov WEB: Visit this URL for the latest information
about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=SSA-RFQ-00-02
66&LocID=2422. E-MAIL: Christine Nagengast,
christine.nagengast@ssa.gov. The Social Security Administration is
interested in receiving quotations on rolled paper. This is a combined
synopsis/request for quotation for commercial items prepared in
accordance with the format in FAR Subpart 12.6, 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. This is a simplified
acquisition, 100% small business set aside, issued as request for
quotation (RFQ), number SSA-RFQ-00-0266. Quotations submitted from
other than small businesses will be rejected. All responsible small
business sources may submit a quotation that shall be considered by the
Agency. The standard industrial classification (SIC) code for this
acquisition is 2621. The small business size standard is 750 employees.
This request for quotation and incorporated provisions and clauses are
those in effect through Acquisition Circular 97-16. Quotations in
response to this RFQ shallbe submitted by Monday, June 5, 2000, 3:00
p.m. Eastern Standard Time, addressed to the Social Security
Administration, Office of Acquisition and Grants, Attn: Christine
Nagengast, 1710 Gwynn Oak Avenue, Baltimore, Maryland, 21207, or faxed
to (410) 966-9310. REQUIREMENT: One hundred and ninety two (192)
50-inch rolls of paper, 18 inches wide. All roll paper must have
chadless feeder holes on each margin, and a six-inch hollow core.
Perpendicularity of Perforation: Maximum deviation 0.02 in. Paper
weight: 20# book/50# offset. Specific volume: 0.079-0.089 inch
(1.3-1.45 cm). Smoothness: 115-265 cm X 10 = Sheffield Units TAPPI Test
Methods #T 538 om-88. Opacity: >60% TAPPI Test Methods #T 519 om-86.
Moisture content: Equilibrium Relative Humidity 45 7%7. Dimensional
Stability: Longitudinal <0.06% Transversal <0.14%. Electrical
Properties: Electrical Surface Resistance: 18-10 Ohms; Electrical
Volume Resistance: <10 Ohms Keithley Electrode. Must have at least
20% post consumer recovered material, andmust consist of at least 80%
chemically pulped wood, free from any contaminants that may have been
added to the paper in its previous application. A first article test of
several rolls shall be performed to determine technical acceptability.
Following are the performance and other characteristics the first
article must meet for approval. Paper: 50 inch diameter rolls; 18" wide
paper, white form bond; perforated at 8 1/2 inch intervals; minimum
weight of 20 lbs.; at least 20% post-consumer recovered material;
composition of at least 80% chemically pulped wood; free from
contaminants; smoothness of the paper 70-150 Sheffield Units; pinfeed
holes at the sides (not factored into the 18 inch width; wound on six
inch cores; rolls spliceless; all rolls wound in the same direction.
Packaging: rolls packaged 2 to a pallet; paper or shrink-wrapped;
secured to the pallet with 1/2 inch wide nylon strapping. Pallets:
dimensions of 36 inches x 52 inches x 5.25 inches high; stops at the
rear of the pallet; accommodates a standard pallet jack lifting
mechanism with forks measuring 42 inches long x 4 inches wide x 1.75
inches high. Performance: All rolls must be usable to within 10 inches
of the core; the core must function properly on a Roll Systems
Incorporated (RSI) unwider, without shifting of the paper or jamming.
The test rolls will be held in SSA's printer area for three days to
allow for proper acclimatizing. The rolls will then be used on SSA's
IBM 3900 Printer Systems to ensure that the paper meets all
requirements for surface stability, vapor emissions, print quality
maintenance and fusing quality. Continued use of the paper must not
result in detrimental effects to the printing equipment, nor the
emission of odor-causing compounds such as sulfur compounds, chlorides,
resin-based aerosols or organics. Any coatings on the paper must not
cause fusing failures. The paper must not cause fusing failures due to
the inclusion of synthetic resins, synthetic sizing agents or
plastics. The paper must not create excessive paper dust. The amount of
paper dust and chads must not exceed 75-260 micrograms per cubic meter
(SSA Health code standard) or cause printer malfunctions and operator
interventions. Paper must not have additives or other conditions that
reduce print quality. The offeror is to indicate a warranty and/or
shelf life, if applicable. All costs related to first article testing
are to be borne by the contractor, including any and all costs for
additional tests following disapproval. However, the contractor may
deliver an approved first article as part of the contract quantity,
provided it meets all of the requirements stated above and is not
consumed or destroyed during testing. The Government may waive the
requirement for first article approval where supplies identical or
similar to those called for have been previously furnished by the
offeror and have been accepted by the Government. In this circumstance,
the offeror may request a waiver. Partial delivery may be required as
early as June 19, 2000. Each pallet must be clearly marked with both
the NSN 7530-00-000-0465 and the ICN 668541. All shipments shall be
delivered to the Social Security Administration's Middle River
Warehouse in Baltimore, Maryland 21220. The following provisions at FAR
52.212-1, Instruction to Offerors -- Commercial Items, (tailored) apply
to this acquisition: (b)(1) -- (b)(9), (b)(11), (c), (f) and (g). There
are no addendums to these provisions. The provisions at FAR Part
52.212-2, Evaluation -- Commercial Items (tailored) apply to this
acquisition: (a) and (c). The government will award a contract
resulting from this request for quotation to the responsible offer or
whose offer conforming to the quotation will be most advantageous to
the Government price and other factors considered. The following
factors shall be used to evaluate offers: technical capability of the
item offered to meet the Government's requirement as described above
(see FAR 52.212-1(a)(4)) and price. A written notice of award or
acceptance of an offer mailed or otherwisefurnished to the successful
offeror within the time for acceptance specified in the offer, shall
result in a binding contract without further action by either party.
Before the offer's specified expiration time, the Government may accept
an offer or part of an offer), whether or not there are negotiations
after its receipt, unless a written notice of withdrawal is received
before award. Offerors are advised to include a completed copy of the
provisions FAR Part 52.212-3, Offeror Representations and
Certifications -- Commercial Items, with their offer. The provisions at
FAR Part 52.212-4, Contract Terms and Conditions -- Commercial Items
apply to this acquisition. There are no addendums to these provision.
The following provisions at FAR Part 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items (tailored) apply to this acquisition: (b)(12),
(b)(13), (b)(14), (b)(15), (b)(23), (b)(24). Posted 05/25/00
(D-SN458951). (0146) Loren Data Corp. http://www.ld.com (SYN# 0317 20000530\75-0001.SOL)
75 - Office Supplies and Devices Index Page
|
|