Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2002 FBO #0383
SOLICITATION NOTICE

99 -- Envelope Window Film

Notice Date
12/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Treasury, Financial Management Service (FMS), Acquisition Management Division, 401 14th Street, S.W., Room 454D, Washington, DC, 20227
 
ZIP Code
20227
 
Solicitation Number
FHQ03Q00022
 
Archive Date
1/15/2003
 
Point of Contact
Evelyn Daval, Contract Specialist, Phone (202)874-6979, Fax (202)874-7275, - Evelyn Daval, Contract Specialist, Phone (202)874-6979, Fax (202)874-7275,
 
E-Mail Address
evelyn.daval@fms.treas.gov, evelyn.daval@fms.treas.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial item prepared in accordance with the information FAR 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. This procurement is being conducted under the Simplified Acquisition Procedures (SAP) as request for Quotation No. (RFQ) FHQ03Q00022, WINDOW FILM, to be used in the production of Government check envelopes. The window film shall be used as covering on the window patch to the envelope. The type of film to be use will be of Polystyrene or Glassine material, that when scratched turns white. When applied to cover the window opening, curling of the envelope shall not occur. All address and barcode information shall be read through the window and must satisfy the following minimum reflectance and contrast guidelines. A print reflectance difference (PRD) equal to or more than 30 percent in the red and the green portions of the optical spectrum is required between the background material of the mail piece and the barcode, when measured with a US Postal Service, (USPS) licensed envelope reflectance meter. All material will undergo US Postal approval. SPECIFICATIONS OF WINDOW FILM; Polystyrene film, Procite - gloss and haze balanced window film. MATERIAL FILM THICKNESS; .00115 and 4-5/8" wide, standard diameter 18" OD with 3" cores. Calculated window cut off length: 2 up to 2.5. WORKMANSHIP; Window film shall be uniform and clean and shall be free from metal particles, cuts and folds or wrinkles. The window film must be stretched tight and be free of streaks, fogging, colors and with no more than two splices per roll. In addition no splice will be within one inch of the beginning of the roll. All splices will be clearly flagged with red or green or other highly visible splicing material and other conditions that can obscure the address or barcode during processing. The window film should satisfy (USPS) minimum reflectance and contrast guidelines. Film should adhere to web using HB Fuller poly adhesive Product #WB-3324001. This is an adhesive that is made for application of Polystyrene material. There should be no noticeable difference in run performance from beginning of roll to end of roll, such as static build up that can not be neutralized with static eliminators, or inability of film to lay flat as roll diminishes. Inability of film to transfer from vacuum rolls to web during machine jogging and running is not acceptable. Inability of film to adhere to web, which results in stray adhesive on transport rollers resulting in unscheduled down time for clean up, should be kept to a minimum. TESTING; Offerors shall furnish 20 18" rolls with 3 cores. These samples will be used for testing and cannot be returned to Offerors. Testing will occur in two phases. Phase I will occur at 3 of FMS's financial centers. This will ensure compatibility with existing adhesive on the three Check Wrapping Systems. Phase II, Check Wrapping System (CWS) testing will occur at the Kansas City Financial Center. During evaluation period in KC, the need for full technical support from prospective suppliers will need to be available via telephone or site visit. Upon successful evaluation of testing, finished envelopes will be delivered to the USPS in Kansas City, Missouri for testing on their Optical Character Reading and Bar-coding Equipment. Only after the USPS ensures readability and any machining issues are identified and resolved will the Treasury award said contract. PACKAGING: Preservation, packaging and packing for shipment on mailing of all work/items deliverable hereunder shall be in accordance with best domestic commercial practice and adequate to assure undamaged delivery to the destination points. The window film shall be enclosed in cardboard boxes so as to not suffer any deterioration in extended storage in normal office conditions up to one year from date of receipt by the Government. MARKING: each package shall be clearly marked on the outside of the package with (1) the contract number under which the package is being delivered, (2) the type of window film, (3) the name and address of the contractor, (4) the make of the machine for which the window film is intended and (5) the date on which the window film was manufactured. Failure to meet the packing requirements on shipment will be cause for rejection. QUANTITY & DELIVERY SCHEDULE; 2,487, total per year, in the following amounts; AFC will need 450 rolls for a 12 month period, shipment of 75 each per month, January, 03, March 03, May 03, July 03 September 03, and December, 03, SFC will need 360 rolls for a 12 month period, shipment of 60 each per month, January 03, March 03, May 03, July 03, September 03, and December 03, KFC will need 648 rolls for a 12 month period shipment of 108 each per month, Jan 03, March 03, May 03, July 03, September 03, and December 03. PFC will need 1029 rolls for a 12-month period, shipment of 180 each per month at two-month intervals. SUPPLIES BEING PROCURED; the contractor, as an independent contractor and not an agent or representative of the government, shall furnish Window Film, as required for the Department of Treasury, Financial Management of Service (FMS), San Francisco Financial Center (SFC), Austin Financial Center (AFC), Philadelphia Financial Center (PFC) and Kansas Cit Financial Center (KFC). PERIOD OF PERFORMANCE; the period of performance of contract is Base Year - Date of award through September 30, 2003. The periods of performance of this options, if exercised, are as follows: Option Year One - October 1, 2003 through September 30, 2004, Option Year Two - October 1, 2004 through September 30, 2005. This contract is renewable at the option of the Government, by the Contracting Officer only, when written notice is give 60 days prior to renewable. This procurement is a total small business set-aside. The North American Industry Classification System (NAICS) and small business size standard for this procurement are 322232 and 750 employees, respectively. The size standard for this procurement shall be identified in the quote. All qualified business sources may submit a quote, which shall be considered by the Agency. Solicitation provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 1999) are hereby incorporated by reference. The government will evaluate quotes in response to the synopsis/solicitation on the basis of conformance to the specification (100% conformance to specification, i.e., performance), delivery schedule, warranty, and price. All evaluation criteria are equal in importance. Award will be on the basis of technically acceptable low price quote. It is critical that quotes provide adequate detail to allow evaluation (see FAR 52.212-1(g). Include a completed copy of the provision at FAR 52.213-3, Offeror Representations and Certification-Commercial Item (Feb 2000), with the quote. Clause 52-212-4, Contract Terms and Conditions-Commercial (May 1999), is hereby incorporated by reference. Clause 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2000), is hereby incorporated by reference. The following clauses apply to this solicitation and the resultant contract (b): 52.203-6, 52.219-14, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, and 52.232-34. Full text clauses and provisions can be downloaded from Internet site http://www.arnet.gov. Quotes for the item described above are due by 11:00 AM EST on December 31, 2002 and shall be mailed to Financial Management Services, 401 14th Street, SW, attn: Evelyn J. Daval, Contract Specialist, Room 458A, Washington, DC 20220.
 
Place of Performance
Address: U.S. Department of Treasury, Kansas City Financial Center, Kansas City, MO
Zip Code: 64117
Country: United States
 
Record
SN00226222-W 20021220/021218213716 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.