Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
SOLICITATION NOTICE

75 -- Roll Paper

Notice Date
7/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
322121 — Paper (except Newsprint) Mills
 
Contracting Office
Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance, 7111 Security Blvd., Baltimore, Maryland, 21244
 
ZIP Code
21244
 
Solicitation Number
SSA-RFQ-09-1738
 
Archive Date
7/21/2009
 
Point of Contact
Bradley Karbeling, Phone: 410-965-9505
 
E-Mail Address
bradley.karbeling@ssa.gov
(bradley.karbeling@ssa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Social Security Administration is seeking competitive quotations for rolled paper. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation 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 322121. The small business size standard is 750 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 2005-33 (June 2009). This request for quotation is identified as Solicitation Number SSA-RFQ-09-1738. TWO SIZES OF PAPER ARE REQUIRED. REQUIREMENT #1 (Line item 0001 on the resultant order): Forty-Five (45) 50-inch diameter rolls of paper, 11 inches wide to be used on an IBM 3900 printer. Form bond, perforated at 8.5 inch intervals. The paper must have pinfeed holes at the sides, not factored into the 11-inch width. Requirement #1 is referred to by ICN 668540 and NSN 7530-00-000-0463. Paper weight 20 Ibs. REQUIREMENT #2: (Line Item 0002 on the resultant order): One hundred (100) 50-inch diameter rolls of paper, 18 inches wide to be used on an OCE Pagestream 250/500 printer with feeder holes factored into the 18 inch width. Requirement #2 is referred to by ICN 668541 and NSN 7530-00-000-0465. Paper weight: 28 Ibs. BOTH REQUIREMENTS: Paper to be white. Rolls must have at least 30% post consumer fiber content and 30% recovered fiber content and must consist of at least 80% chemically pulped wood, free from any contaminants that may have been added to the paper in its previous application. Rolls must be spliceless and all rolls wound in the same direction on 6-inch cores. Paper weight: 20# book/50# offset. Specific volume: 0.079-0.089 inch (1.3-1.45 cm). Smoothness: 115-265 cm X 10 = Sheffield Units TAPPI Test Methods #T 538 om-88. Opacity: >60% - TAPPI Test Methods #T 519 om-86. Moisture content: Equilibrium Relative Humidity 45_7%7. Dimensional Stability: Longitudinal <0.06% Transversal <0.14%. Electrical Properties: Electrical Surface Resistance: 18-10 Ohms; Electrical Volume Resistance: <10 Ohms Keithley Electrode. DELIVERY TIME: 1) First Article Testing -The contractor shall deliver three (3) rolls of line item 1 and two (2) rolls of line item 2 within 10 calendar days from the date of the order to the address specified below for a FIRST ARTICLE TEST to determine acceptability. 2) The balance of the order to be delivered to the location shown at “Delivery Location” within 20 calendar days following government acceptance of the First Article product. PACKAGING: The rolls must be packaged three to a pallet, paper or shrink wrapped and secured to the pallet with 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 and the appropriate NSN and ICN numbers listed above. DELIVERY LOCATION: Upon acceptance of First Article Testing production quantity, the balance of the order shall be shipped to: Preston Gateway Corporation Parkway, 1415 Magellan Drive, Bldg. B. Hanover, MD 21076. Delivery of all shipments shall be made between the hours of 6:30 AM to 2:00 PM Monday through Friday. Maximum height clearance is 13ft 5inches. FIRST ARTICLE APPROVAL: FAR 52.209-4 First Article Approval Government Testing (Sep 1989)--Alternate I (Jan 1997) (a). The Contractor shall deliver three (3) rolls of line item 1 and two (2) rolls of line item 2 within 10 calendar days from the date of the order to the Social Security Administration, National Computer Center, 6201 Security Blvd. Room G26B for first article tests. Before delivering any item to the receiving dock at the National Computer Center, 6201 Security Blvd, Baltimore, MD 21235, notify Mr. Lou Huth, 410-966-1260, that your shipment will arrive at the NCC and provide the following information: -Contractor name, -Truck logo (carrier name), -Award number, and -Delivery date. If available, include also: -The truck driver's name, and -The truck tag number. Please make sure that the driver has an ID with him/her along with a copy of the bill of lading or other delivery document. The shipping documentation shall contain the order number and all Lot/Item identifications. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this order. (b) Within 15 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this order. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following disapproval. The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) of this clause. The Government reserves the right to require an equitable adjustment of the order price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (d) If the Contractor fails to deliver any first article on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of the order. (e) Unless otherwise provided in the order, the Contractor (1) may deliver the approved first article as a part of the order quantity, provided it meets all order requirements for acceptance and was not consumed or destroyed in testing; and (2) shall remove and dispose of any first article from the Government test facility at the Contractor's expense. (f) If the Government does not act within the time specified in paragraph (b) or (c) of this clause, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this order the delivery or performance dates and/or the order price, and any other contractual term affected by the delay. (g) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the order quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to the order for (1) progress payments, or (2) termination settlements if the order is terminated for the convenience of the Government. (h) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Contractor and have been accepted by the Government. The Contractor may request a waiver. (i) The contractor shall produce both the first article and the production quantity at the same facility. TESTING: The test rolls will be held in SSA's printer area for three days to allow for proper acclimatizing. The rolls will then be used on the appropriate machinery to ensure that the paper meets all requirements for surface stability, vapor emissions, print quality maintenance and fusing quality. The paper must meet all specifications set forth in this synopsis. The core must function properly with shifting of the paper or jamming. More than one non-compliant roll in the test group constitutes failure. Once SSA gives final approval of the test rolls, the Government will have an additional 30 calendar days to ensure that the paper has no detrimental effects on the printing equipment. Additional criteria that may be assessed during this period are: (1) the continued use of the paper must not result in the emission of odor-causing compounds such as sulfur compounds, chlorides, rein-based aerosols or organics; 2) any coatings on the paper must not cause fusing failures; 3) the paper must not cause fusing failures due to the inclusion of synthetic resins synthetic sizing agents or plastics; 4) the paper must not create excessive dust. The amount of paper dust and chads must not exceed 75-260 micrograms per cubic meter (SSA Health code standard) or cause printer malfunctions and operator interventions; and, 5) paper must not have additives or other conditions that reduce print quality. If the paper fails to meet these criteria during that period, SSA reserves the right to cancel the order. The contractor shall be responsible for any roll that cannot be used within 10 inches of the core, or for which the core does not function properly, at no additional charge to the Government. CLAUSES: 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. Upon request, the contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at this /these address: www.arnet.gov. 52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009), and 52.247-34 F.O.B. Destination (Nov 1991). The following clauses at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (June 2009) apply to this acquisition: (b)(8), (b)(18), (b)(19), (b)(20), (b)(21),(b)(22), (b)(24), (b)(31), (b)(34), and (b)(39). INSTRUCTIONS TO OFFERORS: FAR Provision 52.212-1, Instructions to Offerors-- Commercial Items (June 2008) is incorporated by reference. The following provisions apply: (a), (b)(1), (b)(2), (b)(3), (b)(4), (b)(6), (b)(7), (b)(8),(b)(9), (b)(11), (c), (d), (f),(g), (j), (k) and (l). 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 (July 2009), with their quote. The Representation and Certifications can be found at website - www.ssa.gov/oag or at www.arnet.gov. Offerors should also indicate in their offer if payment by government purchase card will be acceptable. 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)). Responses must be submitted by 12 p.m. Eastern Standard Time, Monday July 20th, 2009, emailed to Bradley.Karbeling@ssa.gov. Responses may also be submitted by Fax to 410-965-2965, Attn: Bradley Karbeling. EVALUATION FACTORS INFORMATION: 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 taking into consideration the offer that meets or exceeds the stated percentages. 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. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-RFQ-09-1738/listing.html)
 
Place of Performance
Address: Preston Gateway Corporation Parkway, 1415 Magellan Drive, Bldg B., Hanover, Maryland, 21076, United States
Zip Code: 21076
 
Record
SN01876070-W 20090717/090715235836-b462a52f83276a1bf59f6d83248b24ca (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.