Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2007 FBO #2043
SOLICITATION NOTICE

75 -- 50

Notice Date
6/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
424110 — Printing and Writing Paper Merchant Wholesalers
 
Contracting Office
Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance 7111 Security Blvd., Baltimore, MD, 21244, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SSA-RFQ-07-1497
 
Response Due
7/11/2007
 
Archive Date
7/26/2007
 
Small Business Set-Aside
Total Small Business
 
Description
VENDOR: <U>Combined Synopsis/Solicitation Notice.</U> The Social Security Administration is seeking quotations for rolled paper. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A written request for quotation will not be issued. This procurement is being conducted as a simplified acquisition in accordance with FAR Part 13. The North American Industry Classification System code for this acquisition is 424110. The small business size standard is 100 employees. All responsible small business sources may submit a quotation that shall be considered by the Agency. Quotations submitted from other than small businesses will be rejected. The incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular (FAC) <U>2005-17 (MAY 2007)</U>. The Request for Quotation (RFQ) is identified as Solicitation Number SSA-RFQ-07-1497. Two sizes of paper are required. <U>REQUIREMENT #1 (Line item 0001 on the resultant order):</U> One hundred thirty (130) 50-inch diameter rolls of paper, 18-inches wide to be used on an OCE Page stream 500/250 printed. The form bond defined as laser compatible, also known as Magnetic Optical Character Recognition (MOCR) bond. The paper must have pin feed holes at the sides factored into the 18 inch width. The rolled paper must be: 1) White; 2) Basic weight 70-160, 3) Specific volume: 1.3 +/-0.2; 4) Sheffield Smoothness (SU): 25 - 250 (240/300 dpi) 25 - 140(600 dpi); 5) Caliper (Mills) 3.5 - 8.5; 6) Moisture content: Equilibrium Relative Humidity: 45 +/- @21 degrees C=/-2 degrees C; 7) Cross Grain Shrinkage (%) <0.8 (o.k.) 0.8 -1.0 questionable,> 1.0 (not run able); 8) Surface Resistivity (OHM/SQ) 1.0XE=/-08-1.0XE+11; 9) The maximum center-of-hole deviation of all feed holes from their common center line is 0.1mm; 10) The distance between the centers of two consecutive feed holes should theoretically be exactly 12.7mm; 11) The vertical distance between the theoretical center points of two holes may not deviate by more than 0.05mm from this value; 12) The maximum center-of-hole deviation of corresponding left and right feed holes is 0.15mm; 13) The distance between any 20 hole spacing may not deviate by more than +/- 0.3 mm from the rated length 254mm; 14) The maximum parallelism deviation for the left and right feed hole center lines may not exceed 0.15mm; and 15) Consist of at least 80% chemically pulped wood, free from any contaminants that may have been added to the paper in its previous application. All rolls must be splice-less and all rolls wound in the same direction on 6-inch cores. Packaging : The rolls must be packaged two to a pallet, paper or shrink wrapped and secured to the pallet with 1/2 inch wide nylon strapping. The pallets must have dimensions of 36 inches x 52 inches x 5.25 inches high, with stops at the rear of the pallet to prevent dropping of the rolls during loading onto the carts. Pallets must accommodate a standard pallet jack lifting mechanism with forks measuring 42 inches long x 4 inches wide x 1.75 inches high. Each pallet must be marked with the purchase order number, ICN 668541 and NSN 7530-00-000-0465. Recovered Material Content : Rolls must have no less than 30% post consumer fiber content and 30% recovered fiber content. <U>REQUIREMENT #2: (Line Item 0002 on the resultant order):</U> Ninety (90) 50-inch diameter rolls of paper, 11-inches wide to be used on an IBM 3900 printer. Form bond defined as laser compatible, also known as MOCR bond, perforated at 8 1/2 inch intervals. The paper must have pin-feed holes at the sides, not factored into the 11-inch width. The rolled paper must be: 1) White; 2) Paper weight: 20# book/50# offset (offset refers to weight only, offset paper is unacceptable); 3) Specific volume: 0.079-0.089 inch (1.3-1.45 cm); 3) Smoothness: 115-265 cm X 10 = Sheffield Units TAPPI Test Methods #T 538 om-88; 4) Opacity: >60% - TAPPI Test Methods #T 519 om-86; 5) Moisture content: Equilibrium Relative Humidity 45_7%7; 6) Dimensional Stability: Longitudinal <0.06% Transversal <0.14%; 7) Electrical Properties: Electrical Surface Resistance: 18-10 Ohms; and 8) Electrical Volume Resistance: <10 Ohms Keithley Electrode. Packaging: The rolls must be packaged three to a pallet, paper or shrink wrapped and secured to the pallet with 1/2inch wide nylon strapping. The pallets must have dimensions of 36 inches x 52 inches x 5.25 inches high, with stops at the rear of the pallet to prevent dropping of the rolls during loading onto the carts. Pallets must accommodate a standard pallet jack lifting mechanism with forks measuring 42 inches long x 4 inches wide x 1.75 inches high. Each pallet must be marked with the purchase order number, ICN 668540 and NSN 7530-00-000-0463. Recovered Material Content : Rolls must have no less than 30% post consumer fiber content and 30% recovered fiber content. <U>DELIVERY:</U> All rolls shall be delivered F.O.B. Destination to the Social Security Administration located in Baltimore, Maryland. The delivery quantities, dates, and locations are as follows: 1) 10 rolls of the 50-inch x 18-inch rolled paper delivered to the receiving dock at the National Computer Center (NCC), 6201 Security Blvd, Baltimore, MD 21235 every two weeks starting from 30 days from date of award through completion of 130 rolls; and 2) 9 rolls of the 50-inch x 11-inch rolled paper delivered to the 6401 Security Boulevard Loading Dock, Baltimore, MD 21235 every two weeks starting from 30 days from date of award through completion of 90 rolls. The shipping documentation shall contain the order number and all Lot/Item identifications. This acquisition is being conducted pursuant to Federal Acquisition Regulation (FAR) Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) - This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text: FAR 52.212-4 Contract Terms and Conditions of Commercial Items (FEB 2007); and 52.247-34 F.O.B. Destination (Nov 1991). The following clauses apply to this acquisition and will be incorporated in any resulting order: FAR 52.212-5 (MAR 2007-Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders of Commercial Items. With this clause, the following clauses apply: 52.219-6; 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, and 52.232-33. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this acquisition and is incorporated by reference. The following provisions apply: (b)(1)through(b)(9),(b)(11),(c),(f),(g),(j),(k)and(l). Award without discussions: Offerors are reminded that FAR 52.212-1(g) provides that the Government intends to evaluate offers and award without discussions (except clarifications as described in FAR 15.306(a)). In accordance with FAR 12.301(c)(2), the provisions set forth below are provided in lieu of the provision at 52.212-2, Evaluation--Commercial Items (Jan 1999). To be considered for an award under this solicitation offerors must provide a firm, fixed f.o.b. destination unit price per roll. Award will be made on the basis of low price. In the event of a tie the socio-economic status of the offeror could be decisive if two or more offerors are considered equal in terms of price. In this situation the government may consider the socio-economic status of the offerors in the following descending order of priority: (1) 8(a); (2) HUBZone; (3) Service Disabled; or (4) Small Business. In addition, the government may consider the post consumer content of the product. In addition, offerors must certify in writing the percentage of post-consumer recovered material, the percentage of chemically pulped wood free from contaminates; and the smoothness of the paper in Sheffield units. Offerors must include a completed copy of the provisions at FAR Part 52.212-3, Offeror Representations and Certifications -- Commercial Items (Mar 2005), with their quote. The Representation and Certifications can be found at website - www.ssa.gov/oag. Offeror's Responsibility: FAR 9.103(b) requires that the Contracting Officer make an affirmative determination of responsibility for a prospective contractor with respect to any proposed contract award. Therefore, due consideration shall also be given to those general standards for responsible prospective contractors as set forth in FAR 9.104-1, including (but not necessarily limited to) whether the offeror is otherwise qualified and eligible to receive an award under applicable laws and regulations. To be eligible for award offerors must be registered in the Central Contractor Registration database. Information on registration and annual confirmation requirements are viewable through the CCR website: http://www.ccr.gov. In addition, the above mentioned FAR provisions and clauses are viewable electronically at the following address: http://www.arnet.gov. Notice of Award: A written notice of award or acceptance of an offer mailed or otherwise furnished 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, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Questions regarding this requirement shall be directed to the following Contracting Officer (CO), Kevin P. Muniz electronically at Kevin.Muniz@ssa.gov no later than close of business (COB) 07/09/07. Responses to questions will be issued no later than COB 07/10/07. Interested parties may submit a quote by the solicitation closing date of Noon (Eastern Standard Time - EST) on 7/11/07 to the CO listed above. Quotes must include the name and telephone number of a company representative that can be contacted, the companys address, DUNS number, and TIN number.
 
Place of Performance
Address: 6401 Security Boulevard, Balitmore, MD
Zip Code: 21235
Country: UNITED STATES
 
Record
SN01332022-W 20070701/070629231944 (fbodaily.com)
 
Source
FedBizOpps 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.