Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2003 FBO #0581
SOLICITATION NOTICE

99 -- Archival Storage Boxes

Notice Date
7/1/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3360, College Park, MD, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-03-Q-0018
 
Response Due
7/8/2003
 
Archive Date
7/23/2003
 
Point of Contact
Stuart Hitchings, Purchasing Agent, Phone 301-837-0310, Fax 301-837-3227, - Marty Cruz, Contract Specilaist, Phone 301-837-1633, Fax 301-837-3227,
 
E-Mail Address
stuart.hitchings@nara.gov, narciso.cruz@nara.gov
 
Description
This is a combined synopsis/solicitation for commercial items 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; price proposals are being requested and a written solicitation will not be issued. The solicitation number is NAMA-03-Q-0018 and is issued as a request for quotation (RFQ). National Archives and Records Administration (NARA) intends to award a 100% Small business set aside. Requirement: Item No 0001, Hinged lid box acid/lignin free, with calcium carbonate buffering, B-Flute corrugated paperboard shipped flat and palletized, Quantity 15,000 (See National Personnel Record Center Box Specification Below.) The solicitation document and incorporated provisions and clauses are those in effect though Federal Acquisition Circular 2001-12 effective January 24,2003. The government reserves the right to make an award on the initial quote without discussion of this procurement. Evaluation Factors: Award will be based on the lowest price technically acceptable offer, and delivery. 1) Scope: Hinged lid boxes acid/lignin free with calcium carbonate buffering, B-Flute corrugated paperboard shipped flat and palletized. 2) Construction: Box to be constructed with triple ends, double bottom, double front and single back with attached lid and hands per diagram. 3) Box Size: Dimensions to be 14 5/8? length x 12? wide x 10? depth. All dimensions are inside dimensions. 4) Paperboard Composition: Paperboard composition for liner and medium. Specifications for Singlewall B-Flute Corrugated Board General Specifications A) Stock Composition for Liner and Medium Pulp: 1). Fiber: The stock must not contain any post consumer waste recycle pulp. Lignin: The stock must give a negative reading for lignin as determined by the phloroglucinol test when tested according to ASTM D 1030, Section X5, spot stains and shall have a Kappa Number of 5 or Less when tested according to TAPPI T 236 cm-85. Impurities: The stock must be free of metal particles, waxes, plasticizers, residual bleach, peroxide, sulfur (which will be less than 0.0008%reducible sulfur as determined by TAPPI 406 OM-88), or other components that could lead to the degradation of the paper and artifacts stored therein. Metallic Impurities: Iron must not exceed 150 ppm and copper shall not exceed 6 ppm when tested according to TAPPI T 266. 2). PH: The Stock should have a pH value within the range of 7.5 to 9.5 as determined by TAPPI T 509 om-88 cold extraction (modified by slurrying sample pulp before measurement). 3). Alkaline Reserve: The alkaline reserve should be in the range of 3-5%, calculated as CaCo3when tested according to ASTM 4988-89. 4). Sizing: Only neutral or alkaline sizing shall be used. No alum rosin or rosin sizing should be used determined by ASTM D 549-88 5). Basis Weight As determined by TAPPI T410: Liner: 42+ 2lb/1000 ft2 basis weight. Medium: 26 + 2lb/1000 ft2 basis weight. 6). Color: The color should be light blue and must be non-bleeding and light-fast. Bleeding: The color must show no bleeding when soaked in distilled water for 48 hours while held under suitable weight in contact with white bond paper. Discoloration: The color of the stock on both sides must not change more than 5 points of brightness as measured by directional reflectance at 457nrn (TAPPI T 452 om92), when exposed 24 hours to a xenon arc lamp in an Atlas Weatherometer under the following condition. Irradiance Level: 1.0 watts/m2 at 420 rum. Inner filter: Borosilicate glass Outer filter: Clear soda lime glass. Black panel temperature 50C. Wet bulb depression 85C. 7). Scorecracking: The linerboard should not fray, crack or split along a scoreline (no fiber break out should occur) 8). Abrasion: The outer surfaces of the liner board stock must show a loss of less than 2% of the total weight (mounting card and sample) when tested with a #CS10 wheel and 100 wear cycles according to TAPPI T 476 om-84. 9). Surfaces: The outer surface of the liner board should be highly finished (calendered or ?water polished?) to resist soiling and be free of fingerprints,dirt,knots,shives and other abrasive particles.Smoothness should have a maximum of 320 Sheffield units as determined by TAPPI 538 OM-88. B). B-Flute Board: 1) Delamination of B-flute Board: (a) The corrugator bond strength should be 60lbs/15ins of glue line when tested according to the Pin Adhesion Test TAPPI T-821. (b) The Corrugated board should not delaminate when subjected to the following test procedures. Delamination should not occur when samples are flexed down 90 degrees and then up 90 degrees (total of 180). 2) Burst of strength of B-Flute Board T807: The Board must meet a minimum requirement of 200lbs on the Mullen Nurst Test, TAPPI T807. 3) Four Point Bending Stiffness: The board must meet a minimum requirement of MD 55 and CD 26, TAPPI T836. 4) Flat Crush: The board should have flat crush reading of minimum 48 psi, TAPPI T-825. 5) Adhesive: The adhesive should be waterproof starch (modified). The adhesive must not cause the stock to become transparent or alter the color of the stock. The adhesive must not yellow, discolor, or fail (causing delamination) over time. C Workmanship: Edges will be cut square and clean and sizes accurate (D) Identification: There should be no identification marks on the board stock. DELIVERY: Delivery requirements shall be FOB destination unless otherwise specified by the contracting officer of the National Archives and Records administration. Boxes are to be delivered no later than 3 weeks after award to National Personnel Records Center 9700 Page Ave St Louis MO 63132-5100. The following clauses and provisions are incorporated and are to remain in full force in any resulted fixed price purchase order: FAR Clause 52.212-1, Instructions to Offers-Commercial Items (OCT 2000); each offer shall include a complete copy of the provisions at FAR Clause 51.212-3, Offer Representations and Certifications- Commercial Items (July 2002), with the quotation. A copy of the provision can be found at http//www.arnet.gov/far/;FAR 52.212-4, Contract Terms and Conditions-Commercial Terms (February 2002); FAR52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (May 2002). Paragraph (b) of this clause incorporates by reference the following FAR Clauses: 52.222-3 Convict labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.225-1 By American Act Supplies, 52.232-34 Payment by Electronic Funds Transfer-Other Than Central Contractor Registration, and 52.233-3 Protest after Award. Offerors are requested to submit proposals via facsimile (301) 837-3227 Attn Stuart Hitchings or Email stuart.hitchings@nara.gov. Proposals shall be submitted no later than July 8, 2003 by 4.00 PM EST, also for drawing call (301) 837-0310. The Government reserves the right to visit the offers site prior to making an award determination.
 
Place of Performance
Address: National Personnel Records Center,9700 Page Ave, St Louis, MO,
Zip Code: 63132-5100
 
Record
SN00361765-W 20030703/030701214035 (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  © 1994-2020, Loren Data Corp.