Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2008 FBO #2302
MODIFICATION

75 -- Oversize Map and Plan Folders

Notice Date
3/14/2008
 
Notice Type
Modification
 
NAICS
322231 — Die-Cut Paper and Paperboard Office Supplies Manufacturing
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, MD, 20740-6001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NAMA-08-Q-0030
 
Response Due
3/20/2008
 
Archive Date
4/4/2008
 
Point of Contact
Paul Premoe, Contracting Support, Phone (301) 837-3160, Fax (301) 837-3227, - Ann Harrison, Contract Specialist, Phone (301) 837-0772, Fax (301) 837-3227
 
E-Mail Address
paul.premoe@nara.gov, ann.harrison@nara.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; firm-fixed price proposals are being requested and a written solicitation will not be issued. The solicitation number is NAMA-08-Q-0030 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24 effective February 28, 2008. This is a 100% small business set-aside under NAICS 322231 with a size standard of 500 employees. Interested vendors should ensure that they are properly classified in CCR for this NAICS code. The Government reserves the right to make an award on the initial quote without discussions of this procurement. Evaluation and award will be in accordance with the procedures of FAR Subpart 13.106 Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation. Award will be made to the offeror whose conforming quotation in response to the RFQ will be most advantageous to the Government, price and other factors considered. Other factors for award include a responsible offeror's ability to meet the technical requirements as listed below for the purchase and on time delivery of oversize map and plan folders for Archives II in College Park, MD and regional National Archives facilities. BACKGROUND: The map and plan folder shall be made from a single piece of paperboard folded along a single central fold line. The folder shall have straight sides that meet evenly when the folder is folded, with square corners on both the front and back flaps. The requirements for paperboard quality and characteristics shall be tested in accordance with specified test methods of the American National Standards Institute (ANSI), the American Society for Testing and Materials (ASTM), and the Technical Association of the Pulp and Paper Industry (TAPPI). Interested vendors must contact Paul Premoe at the e-mail address below to request a copy of the full text specification of the folders, quality assurance provisions, pricing table, and location list. REQUIREMENTS: Dimensions: Oversize Map and Plan Folder - An oversize map and plan folder shall be folded along the center fold line, perpendicular to the grain direction. This specification may be used for folders up to but not exceeding 46 inches in height and 74 inches in width; specific dimensions and quantities will be conveyed in section 6.0 of the statement of the work. The allowable variation for each dimension shall be plus or minus 1/8 inch; Fold Line on the folder - The center fold line shall be folded to allow parallel sides of the folder to be straight and even. The fold shall be perpendicular to the machine direction of the paperboard. Delivery: 30 days after award. No transportation or travel expenses will be paid by the Government. Vendor must accept credit card or direct deposit for payment via electronic funds transfer. Offeror?s price quotation shall be based on the cost to supply the requirement and shall be expressed utilizing the structure on SOW available upon request. The following clauses and provisions are incorporated and are to remain in full force in any resultant firm-fixed price purchase order: FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 07); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 07)--offerors shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (j) of this provision--a copy of the provisions can be found at http://www.arnet.gov/far/ ; FAR 52.212-4, Contract Terms and Conditions-Commercial Terms (Feb 07); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 08). Paragraph (b) of this clause incorporates by reference the following FAR clauses: 52.219-6 Notice of Total Small Business Set-Aside (Jun 03); 52.219-28 Post Award Small Business Program Representations (Jun 07), 52.222-3 Convict Labor (Jun 03), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Feb 08), 52.222-21 Prohibition of Segregated Facilities (Feb 99), 52.222-26 Equal Opportunity (Mar 07), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 98), 52.222-50 Combating Trafficking in Persons (Aug 07), 52.225-1 Buy-American Act - Supplies (Jun 03), 52.225-13 Restriction on Certain Foreign Purchases (Feb 06), 52.232-29 Terms for Financing of Purchases of Commercial Items (Feb 02), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 03), and 52.232-36 Payment by Third Party (May 99). Two copies of each quotation should be mailed to National Archives and Records Administration (NARA), Attention: Paul Premoe, 8601 Adelphi Road, Room 3360, College Park, MD 20740-6001 or e-mailed to: paul.premoe@nara.gov. Quotations should be received by 4:00 PM EST on March 20, 2008. Vendors submitting via e-mail are cautioned to allow one extra business day for delivery and confirm receipt of quotation as the e-mail will need to pass through IT security. Failure to meet the deadline for receipt may result in rejection of the quotation as untimely. Telephonic responses will not be processed.
 
Place of Performance
Address: 8601 Adelphi Road, College Park, Maryland
Zip Code: 20740
Country: UNITED STATES
 
Record
SN01533308-W 20080316/080314231403 (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.