Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2005 FBO #1154
SOLICITATION NOTICE

75 -- Reverse Auction for Multi-Purpose Paper

Notice Date
1/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
453210 — Office Supplies and Stationery Stores
 
Contracting Office
Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting Group, 1900 E Street, N.W., Room 1342, Washington, DC, 20415-7710
 
ZIP Code
20415-7710
 
Solicitation Number
OPM-RFP-05-00020AMC
 
Response Due
2/8/2005
 
Archive Date
2/23/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulations Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation to be issued. Proposals are being requested, and no further written solicitation will be issued. This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 97-27. This Request for Proposal (RFP) OPM-RFP-05-00020AMC, is for the purchase of Multi-Purpose Office Paper. The U.S. Office of Personnel Management (OPM) will be conducting a reverse auction for the purchase of Multi-Purpose Office Paper. We intend to issue a firm-fixed price two year (base year and one option year) Blanket Purchase Agreement (BPA) to provide multi-purpose office paper for the period from February 2005, through January 2007. This requirement is limited to Offerors located in the Washington, DC metropolitan area, and is for 8 1/2 x 11, 8 ? x 11 3-holed punch, and 8 1/2 x 14 inch multi-purpose 20-lb basis weight, and contains 30% recovered material/post consumer material office paper that is suitable for high-speed copiers, ink jet printers, laser printers, offset presses, and plain paper fax machines. The estimated quantities for February 05 through September 05 are Line item 001: 6,112 cases - 8 ? x 11 non-three-hole punched, _________ cost per case; Line item 002: 52 cases- 8 ? x 11 three-hole punched, ___________ cost per case; and Line item 003: 80 cases- 8 ? x 14 non-three hole punched multi-purpose office paper, ___________ cost per case. The estimated quantities for October 05 through September 06 are Line item 004: 5,904 cases- 8 ? x 11 non-three-hole punched, ___________ cost per case; Line 005: 82 cases- 8 ? x 11 three-hole punched, _________ cost per case; and Line 006: 120 cases- 8 ? x 14 non-three hole punched multi-purpose office paper, _________ cost per case. The Government will order an estimated quantity of multi-purpose office paper that the Offeror must deliver to various ordering offices in the following cities: Washington, DC metropolitan area, Boyers, PA, and Dallas, TX. The minimum/maximum is for each geographical area for February 2005 through January 2006 is as follows: Washington, DC metropolitan area 6,000/7,000; cases; Boyers, PA, 700/800 cases; and Dallas, TX, 100/ 200 cases, and the minimum/maximum is for each geographical area for February 2006 through January 2007 is as follows: Washington, DC metropolitan area minimum 5,500/6,500; cases; Boyers, PA, 10/100; and Dallas, TX, 100/200 cases. The maximum quantity for the entire contract will not exceed 8,000 cases for February 2005 through January 2006, and 6,800 cases for February 2006 through January 2007. We do not guarantee both the minimum or maximum quantity of multi-purpose office paper will be ordered under this contract. Offerors may submit proposals via email at Antoinette.Campbell@opm.gov or facsimile at 202-606-1464. Proposals will be evaluated on a Pass/Fail Basis in accordance to the technical evaluation factors. The technical factors are as follows: 1) Conformance of product to specification, 2) Capability of performance, and 3) Past Performance. These factors are equal in weight. Only the Offerors who are determined to be technically capable and responsible for providing the multi-purpose office paper will be invited to participate in the reverse auction. The successful offerors will be notified of when and where the reverse auction will take place at a later date. Proposed prices must include all shipping cost to all locations. Any Offeror interested in submitting a proposal in response to this announcement must submit the following written information to be considered for an award: 1. A capability statement, including a statement of how much paper the Offeror?s firm has sold to the Federal Government in the last two years. 2. A statement that expresses the Offeror?s willingness to be bound to enter into a contract for the delivery of the described multi-purpose office paper following the results of the reverse auction. 3. Proposed delivery time not more than three days after receipt of an electronic order. 4. The name brand of the offered multi-purpose office paper and specifications. 5. A secure means of ordering through the Internet by OPM Personnel using a Government purchase card. 6. Offeror must provide permission to disclose their price during the auction. Note: Offerors may submit proposals in the reverse auction that are less than the current GSA Supply Catalog price for comparable paper. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors--Commercial; 52-212-2, Evaluation--Commercial Items; 52.212-3, Offeror Representations and Certifications--Commercial Items; 52.212-4, Contract Term and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; 52-216-19, Order Limitations; and 52-216-21, Requirements. All proposals must be sent to the attention of Ms. Toni Campbell, Contracting Group, 1900 E Street, NW, Room 1342, Washington, DC 20415-7710 on or before February 15, 2005, 3:00 p.m., eastern standard time. Any proposals received after this deadline will be determined late in accordance with 52.212-1, Instructions to Offerors--Commercial Items. OPM will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The BPA will be awarded to the offeror who has the lowest price, technically acceptable, with the shortest delivery time offered. A written notice of an award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time of acceptance specified in the offer, will result in a binding contract without further action by either party. Place of Contract Performance. Washington, DC, Boyers, PA, and Dallas TX
 
Place of Performance
Address: US Office of Personnel Management, 1900 E Street NW, Washington, DC
Zip Code: 20415
Country: USA
 
Record
SN00738551-W 20050123/050121212638 (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.