Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2004 FBO #0846
SOURCES SOUGHT

75 -- Sources Sought Notice for Paper Products

Notice Date
3/19/2004
 
Notice Type
Sources Sought
 
Contracting Office
Attn: Department of Veterans Affairs National Acquisition Center, (049A1), P.O. Box 76, Building No. 37, Hines, Illinois 60141
 
ZIP Code
60141
 
Solicitation Number
VANAC-SSN-031904
 
Response Due
4/8/2004
 
Point of Contact
Point of Contact - Fran DeRosa, Contract Specialist, Ph: (708) 786-5921, Fx:(708) 786-4970, Contracting Officer - Fran DeRosa, Contract Specialist, Ph:(708) 786-5921, Fx:(708) 786-4970
 
E-Mail Address
Email your questions to Fran DeRosa
(fran.derosa@med.va.gov)
 
Small Business Set-Aside
N/A
 
Description
IF YOU WOULD LIKE A MORE EASILY READABLE COPY OF THIS NOTICE, PLEASE CONTACT FRAN DE ROSA AT 708-786-5921 ? FRAN.DEROSA@MED.VA.GOV or LORETTA HENDRIX AT 708-786-4933 ? LORETTA.HENDRIX@MED.VA.GOV SUBJ: Sources Sought Notice for Paper Products (Toilet Paper and Paper Towels) This is a Market Survey and Request for Samples/Literature to locate potential sources for the standardization of various paper products. The Department of Veterans Affairs (VA) desires to offer its customers, on a national basis, the best possible products and prices and to offer its contractors more opportunities within the system. The intent of the standardization program is to establish national mandatory sources for items to standardize VA?s purchasing of products. BIDS/OFFERS ARE NOT BEING SOLICITED AT THIS TIME. Rrequest for Qquotationss (RFQs) will be issued at a later date. Potential offerorsCompanies interested in having their items evaluated for possible inclusion in the standardization process should carefully review the item descriptions listed below. If a company can provide any of these items, SAMPLES, LITERATURE, AND PRODUCT SPECIFICATIONS OF ALL ITEMS AVAILABLE THAT MEET OR EXCEED THE CRITERION PROVIDED IN THE PRODUCT DESCRIPTIONS SHOULD BE SUBMITTED AT THIS TIME. Samples are to be provided at no charge and all samples submitted in response to this notice become property of the VA and will not be returned following the evaluation process. Additional criteria may be added (or existing criteria deleted) during the evaluation process. If this occurs, all samples received will be evaluated equally against the revised criteria. NOTE: ALL SAMPLES SUBMITTED MUST BE MANUFACTURED IN A DESIGNATED COUNTRY, A CARIBBEAN BASIN COUNTRY, OR A NAFTA COUNTRY (UNITED STATES, CANADA, AND MEXICO). THE USER GROUP WILL ONLY EVALUATE SAMPLES MANUFACTURED IN APPROVED COUNTRIES. A LISTING OF DESIGNATED COUNTRIES AND CARIBBEAN BASIN COUNTRIES MAY BE FOUND AT THE FOLLOWING WEBSITE: http://www.acqnet.gov/far/current/html/Subpart_25_1.html#1046559. All samples submitted must be clearly marked with the name of the potential offeror, the product number, and the manufacturer?s name. Offerors must also include any corresponding detailed product literature with the samples. Detailed product literature should include, but not limited to, an indication of what materials the products are comprised of (e.g. latex, etc.), country of origin, and a listing of sizes, configurations, etc. available. Offerors must include a copy of the evaluation criterion contained in this notice with their samples and identify where in the product literature each individual criteria is addressed. If the product literature does not clearly address any of the criteria information, offerors must provide this information on company letterhead addressing the stated criteria. In addition, please provide company name, address, contact person and telephone number for questions pertaining to submitted samples. Also, please provide the company name, address, contact person and telephone number of where any resulting Request for Quotation (RFQ) should be sent. If detailed literature or sufficient information addressing the evaluation criteria is not received with the samples, the technical evaluation panelmay will be unable to fully evaluate the samples and the productscould will be eliminated from further considerationIf the detailed literature provided does not sufficiently address all of the listed criteria, the product may be eliminated from further consideration without further discussion. O fferors are requested to provide procurement history data for the products submitted for evaluation. Please provide total quantities for each product sold to the VA in the previous 12-month period. This information will be used to verify the accuracy of the estimated quantities identified in the Request for Quotation (RFQ). **Please send samples (number of samples required follow each product name) and corresponding detailed product literature to: Department of Veterans Affairs, Item Management Division (049A5S), ATTN: Carl Hunter, Building 37, First Avenue - One Block North of Cermak Road (22nd Street), Hines, IL 60141.** Companies submitting samples are also encouraged to obtain Federal Supply Schedule (FSS) contracts for those products from the respective government contract office.VA intends to award Blanket Purchase Agreements (BPAs) against General Service Administration (GSA) and/or Federal Supply Schedule (FSS) contracts rather than issuing formal solicitations for the purpose of standardization. Those companies who do not havetheir products on a current GSA/FSS contract will be eliminated from the competition prior to any subsequent BPA award. For additional information in obtaining an FSS contract, please contact James Booth, Federal Supply Schedule Service at 708/786-5183. For additional information in obtaining a GSA contract, please email smartshop@gsa.gov or telephone 212/264-0868. Offerors who have a current GSA/FSS contract, must ensure that product samples submitted in response to this Sources Sought Notice are included on their GSA/FSS contract prior to any subsequent BPA award. VA will use the items submitted in response to this request for samples and the results of the evaluations performed on those items to determine which companies are requested to participate in the resulting Request for Quotation. Current GSA/FSS contract holders must provide a copy of their current GSA/FSS pricelist with their samples. If you do not have a current GSA/FSS contract, please indicate if a proposal has been submitted to begin the procurement process that will result in a GSA/FSS contract. The VHA Environmental Management Service User Group, who has expertise and knowledge of the products, will review and technically evaluate any samples submitted. VA deems the members of the User Group to be experts in their field. Therefore, they are qualified to make a subjective determinatione as to which products are acceptable. Please send samples (number of samples required follow each product name) and corresponding detailed product literature to: Department of Veterans Affairs, Consolidated Acquisition and Analysis Service (049A5S), ATTN: Mark Volin or Carl Hunter, Building 37, First Avenue - One Block North of Cermak Road (22nd Street), Hines, IL 60141 SAMPLES AND PRODUCT LITERATURE MUST BE RECEIVED NO LATER THAN APRIL 8, 2004. Companies not submitting samples by this date may be eliminated from consideration on any subsequent procurement action for these items. For additional information regarding contracting issues please contact Fran De Rosa (708) 786-5921 or Loretta Hendrix (708) 786-4933. For additional information regarding submission of samples please contact Mark Volin (708) 786-7807 or Carl Hunter (708) 786-7783. To receive a Request for Quotation (RFQ), and have the paper products evaluated further, each of the minimum criteria listed below must be met by the product samples submitted in response this Sources Sought Notice. If the paper products fail to meet any of the minimum criteria, the samples will be rejected and will not receive any further evaluation consideration. TOILET PAPER Note: Company must submit four samples of each product and be able to provide the full range of products as identified below for nationwide delivery. Samples submitted will be evaluated by either physical inspection or literature review. Note: Products will fit existing dispensers at each VA Medical Center or the company will adapt existing dispensers to fit the offered products or replace existing dispensers at no cost to VA. Additional dispensers needed due to new areas (e.g., construction, etc.) will be provided at cost to VA. Therefore, samples of dispensers will not be requested at this time; however product literature must be provided for all dispensers that will be provided at no cost to the Government for all products identified below. Product shall dispense satisfactorily from existing dispensers or new dispensers when loaded according to the directions. Product Description Roll/Sheet ? Size & Count 1. Small Roll Toilet Tissue 2 Ply, White 3.9? ? 4.5? x 4.4? ? 4.5? (Range of 400 to 1,000 sheets per roll) 2. Junior Jumbo 2 Ply, White 3.7? ? 3.9? (1,000 to 2,000 feet per roll) 3. Jumbo 2 Ply, White 3.7? ? 3.9? (2,000 to 4,000 feet per roll) Toilet Paper Criterion applies to all items identified above: 1. Product must be unscented. (Physical Inspection) 2. Product must be clean, free from dirt spots, holes or tears, and any foreign matter. (Physical Inspection) 3. Product must be uniform in color and trimmed with clean, smooth edges. (Physical Inspection) 4. Sheet formation of product shall be uniform. (Physical Inspection) 5. Clumps of undispersed fibers or thin looking areas in product are evidence of poor manufacturing and may be cause to reject product. (Physical Inspection) 6. Perforated toilet tissue shall be perforated so that sheets can be evenly and completely separated. (Physical Inspection) 7. Packaging will be designed to protect the paper against damage during shipment, handling and storage. (Physical Inspection) 8. Each small roll toilet tissue must be individually wrapped. (Physical Inspection) 9. Contractor must provide Product Specification Sheet for each product. (Literature Review) 10. Contractor must certify that product is EPA compliant (minimum 20% post consumer material) as directed in Executive Order 13101, which directs the consideration of recycled and recovered materials. (Certification and Literature Review) (See attached Certification, which must be completed and returned with product sample. Please note that product samples submitted without certification may be cause for rejection of product, as the EMS Group will not test this criteria.) To receive a Request for Quotation (RFQ), and have the paper products evaluated further, each of the minimum criteria listed below must be met by the product samples submitted in response this Sources Sought Notice. If the paper products fail to meet any of the minimum criteria, the samples will be rejected and will not receive any further evaluation consideration. PAPER TOWELS Note: Company must submit four samples of each product and be able to provide the full range of products as identified below for nationwide delivery. Samples submitted will be evaluated by either physical inspection or literature review. Note: Products will fit existing dispensers at each VA Medical Center or the company will adapt existing dispensers to fit the offered products or replace existing dispensers at no cost to VA. Additional dispensers needed due to new areas (e.g., construction, etc.) will be provided at cost to VA. Therefore, samples of dispensers will not be requested at this time; however product literature must be provided for all dispensers that will be provided at no cost to the Government for the products identified below. Product shall dispense satisfactorily from existing dispensers or new dispensers when loaded according to the directions. Product Description Roll/Sheet ? Size & Count 1. Roll White 7-7/8? ? 8? (Range of 350 to 800 feet) 2. Multi-Fold White 9.25? ? 9.5? x 9.5? (Range of 120 to 250 sheets per pk) 3. Single Fold White 9.25? ? 9.3? x 10.5? ? 10.625? (Range of 150 to 250 sheets per pk.) 4. C Fold White 13.25? ? 13.3? x 10.25? ? 10.4? (Range of 150 to 240 per. pk.) 5. Center Pull White 7.8? ? 8? x 15? (Range of 150 to 560 sheets per roll-Sheets Perforated at 15?) Paper Towel Criterion applies to all items identified above: 1. Product must be unscented. (Physical Inspection) 2. Product must be clean, free from dirt spots, holes or tears, and any foreign matter. (Physical Inspection) 3. Product must be uniform in color and trimmed with clean, smooth edges. (Physical Inspection) 4. Sheet formation of product shall be uniform. (Physical Inspection) 5. Clumps of undispersed fibers or thin looking areas in product are evidence of poor manufacturing and may be cause to reject product. (Physical Inspection) 6. Perforated paper towel shall be perforated so that sheets can be evenly and completely separated. (Physical Inspection) 7. Packaging will be designed to protect the paper against damage during shipment, handling and storage. (Physical Inspection) 8. Contractor must provide Product Specification Sheet for each product. (Literature Review) 9. Contractor must certify that product is EPA compliant (minimum 40% post consumer material) as directed in Executive Order 13101, which directs the consideration of recycled and recovered materials. (Certification and Literature Review) (See attached Certification, which must be completed and returned with product sample. Please note that product samples submitted without certification may be cause for rejection of product, as the EMS Group will not test this criteria.) RECYCLED CONTENT CERTIFICATION OF COMPLIANCE Manufacturer/Distributor certifies that paper towels contain a minimum of 40% post-consumer waste and toilet tissue contain a minimum 20% post-consumer waste as required by Executive Order 13101. Manufacturer/Distributor: ______________________________________ _____________________________ NAME DATE Certified: ____________________________________________________________________ SIG ATURE TITLE
 
Web Link
RFI VANAC-SSN-031904
(http://www.bos.oamm.va.gov/solicitation?number=VANAC-SSN-031904)
 
Record
SN00550544-W 20040321/040319211921 (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.