Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2011 FBO #3364
MODIFICATION

93 -- Paper

Notice Date
2/7/2011
 
Notice Type
Modification/Amendment
 
NAICS
322121 — Paper (except Newsprint) Mills
 
Contracting Office
Department of the Treasury, Financial Management Service (FMS), Acquisition Management Division, 401 14th Street, S.W., Room 454D, Washington, District of Columbia, 20227
 
ZIP Code
20227
 
Solicitation Number
FMS-HQ-11-Q-0010
 
Archive Date
3/1/2011
 
Point of Contact
Cheryl D Rice, Phone: 202 874-6788, Evelyn J Daval, Phone: (202)874-3870
 
E-Mail Address
cheryl.rice@fms.treas.gov, evelyn.daval@fms.treas.gov
(cheryl.rice@fms.treas.gov, evelyn.daval@fms.treas.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. This is a commercial item solicitation utilizing Simplified Acquisition Procedures (SAP). Solicitation number FMS-HQ-11-Q-0010 is issued as a Request for Quote (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-49, effective January 24, 2011. The North American Industry Classification System (NAICS) code is 322121; and size standard for this procurement is 750 employees. Provisions and clauses incorporated by reference have the same force and effect as if they were provided in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.acquisition.gov. Description: Pin-feed paper for processing on an IBM 4100 Laser Printer and Kern 3500 Encloser. Contract Line Item Number (CLIN) 0001 - Quantity: 271 rolls perforated pin-feed paper; Color: White; Size 18 inches wide; 50 inches diameter; 6 inch core; Weight 20 pound. Horizontal perforations shall be across 18 inch width every 11 inches. Two tractor rows shall begin at the same point relative to the perforations and the perforation shall be halfway between a set of holes. Rolls must meet the following tractor holes test: To check the tractor holes, remove a 20-foot length of paper from the roll and fold it in half on a perforation. The holes in the top half should be coincident with the holes in the bottom half. A uniform offset of no more than 1/16 inch is allowable. FOB Destination 1: CLIN 0001: March 2011, 76 rolls; April 2011, 14 rolls; May 2011, 8 rolls; June 2011, 8 rolls; July 2011, 8 rolls; and August 2011, 8 rolls. Deliveries between the 10th and 15th of the month to: Department of Treasury, FMS, Austin Finance Center, M/F: Payment Operations Branch, 1619 East Woodward Street, Austin, TX 78741. FOB Destination 2: CLIN 0001; March 2011, 19 rolls; April 2011, 30 rolls; May 2011, 30 rolls; June 2011, 30 rolls; July 2011, 30 rolls; and August 2011, 10 rolls. Deliveries between the 10th and 15th of the month to: Department of Treasury, FMS, Kansas City Finance Center, M/F: PMOB, 4241 NE 34th Street, Kansas City, MO 64117. Packaging, marking, and shipping requirements: Packaging: Rolls shall be packaged 2 rolls per skid. Rolls must be secured on pallets by chocks. Each pallet must be wrapped completely (covering all rolls) in at least 5 wraps of moisture-proof plastic wrapping material of a strength that will ensure arrival at destination in a clean and non-mutilated condition. Rolls should be placed on end and banded with plastic straps that will not break. Bands must go through the core in addition to over the top. Corner pads should be utilized to prevent damage from strapping. Tractor Rolls should be the same distance from each side of the paper and be evenly spaced exactly1/2-inch apart. The two rows should begin at the same point relative to the perforations and the perforation should be halfway between a set of holes. Marking: Each package shall be clearly marked on the outside of the package with (i) contract line item number under which the package is being delivered, name and address of the Contractor, and (ii) date on which the paper was manufactured. Shipping: Product shall be shipped commercially. The provision at 52.212-1 - Instructions to Offerors-Commercial Items, applies to this solicitation. A firm-fixed price contract will be awarded to the responsible offeror whose offer, conforming to the solicitation is technically acceptable, lowest price. The provision at 52.212-3 - Offeror Representations and Certifications-Commercial Items applies to this solicitation. A copy of the provision may be obtained from https://www.acquisition.gov. The contractor shall either return a completed copy of this provision with the quote, or complete the Online Reps and Certs Application (ORCA) at http://www.bpn.gov. The clause at 52.212-4 - Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause at 52.212-5 - Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. The following FAR clauses identified at paragraph b. of FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6 - Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.203-13 - Contractor Code of Business Ethics and Conduct; 52.219-6 - Notice of Total Small Business Set-Aside; 52.222-3 - Convict Labor; 52.222-19 - Child Labor, Cooperation with Authorities and Remedies; 52.222-21 - Prohibition of Segregated Facilities; 52.222-26 - Equal Opportunity; 52.222-36 - Affirmative Action for Workers with Disabilities; 52.225-1 - Buy American Act Supplies; 52.225-3 - Buy American Act-Free Trade Agreements-Israeli Trade Act, Alt II; 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration. To be awarded a contract, quoter must be registered in the CCR. CCR registration information may be found at http://www.ccr.gov. Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. Quote due by 3:00 pm EST, February 14, 2011. Faxing or emailing written quote is acceptable. The assigned contract specialist is Cheryl Rice at cheryl.rice@fms.treas.gov Phone 202 874-6788, Fax 202 874-7275.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/FMS/AMD/FMS-HQ-11-Q-0010/listing.html)
 
Place of Performance
Address: United States, United States
 
Record
SN02374241-W 20110209/110207234027-23cd7b3a348a7c4f4ef651949b867c23 (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.