Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2011 FBO #3366
SOLICITATION NOTICE

67 -- Aerial Duplication Film

Notice Date
2/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-NW-11-Q-0010
 
Archive Date
3/11/2011
 
Point of Contact
Alice Keefe, Phone: 3018371821, Ann P Harrison, Phone: (301) 837-0772
 
E-Mail Address
alice.keefe@nara.gov, ann.harrison@nara.gov
(alice.keefe@nara.gov, ann.harrison@nara.gov)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this notice and in accordance with FAR 11.104 - use of "brand name or equal" purchase descriptions. This announcement constitutes the only solicitation; a "Brand Name or Equal" firm fixed price quotation is requested and a written solicitation will not be issued. The solicitation number is NAMA-NW-11-Q-0010 and is issued as a request for quotation (RFQ); quotations furnished are not offers. This request does not commit the government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or services. Any representations and/or certifications attached to this RFQ must be completed by the vendor. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49 effective January 24, 2011. COMPETITION, EVALUATION, AND CONTRACT TYPE : This is a "Brand Name or Equal" requirement under NAICS 333315. The Government reserves the right to issue an order based 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 vendor whose conforming quotation in response to the RFQ will be most advantageous to the Government. Best value for this competition will be obtained through a lowest priced technically acceptable evaluation. In order to be determined technically acceptable, all quotation submission requirements must be met including the required documentation submissions outlined below. The Government will only accept commercial-off-the-shelf items. Vendors must submit itemized specifications that address the enumerated requirement of the Salient Characteristics (attachment 1) for each proposed item to facilitate a comprehensive Government evaluation. AFFIRMATION STATEMENTS : It is the vendor's responsibility to ensure that NARA is not provided counterfeit products. Supplies furnished under this RFQ are of domestic origin unless otherwise indicated by vendor. Vendors must complete and return Enclosure 1, RFQ Information Sheet, in order for their quotations to be considered. REQUIREMENTS : All delivery costs must be included in the total firm-fixed price quote. DELIVERY : Packaging must be in a manner that prevents damage to the products during shipment. Delivery must be undertaken during regular business hours, Monday through Friday, unless mutually agreed upon by NARA and the Contractor. Delivery will be made to the following location: NARA - A-II, 3301 Metzerott Road, College Park, Maryland 20740-6001 no later than 90 calendar days after issuance of the order. Failure to deliver in a timely manner could result in termination. Partial deliveries are acceptable. SUBMISSION OF QUOTATIONS : Two copies of each quotation should be mailed to National Archives and Records Administration (NARA), Attention: Alice Keefe, Contract Specialist, 8601 Adelphi Road, Room B810, College Park, MD 20740-6001 or e-mailed to: alice.keefe@nara.gov. Quotations should be received by 3:00 PM ET on February 24, 2011. Questions regarding this solicitation must be submitted in writing to Ms. Alice Keefe no later than 1:00 PM ET on February 16, 2011, to be considered. Please allow one extra business day for delivery and receipt if quotation is sent via e-mail, as the e-mail will need to pass through IT security. Telephonic responses will not be processed. SCHEDULE B Product Number Product Description Qty Price Item # "Brand Name or Equal" - NARA will evaluate "equal" items in accordance with the salient characteristics in order to determine technical acceptability. 0001 Agfa EDPRM000, PD3P, 10" x 10" Avitone PlpOrthochromatic, Continuous Tone Direct Positive Film..007" Polyester Base. Process: Continuous Tone or Rapid Access. 140 boxes 0002 Agfa ECXFO000, PD1P, 9 ½" x 500', Avitone PD1pOrthochromatic, Continuous Tone Direct Positive Film..004" Polyester Base. Process: Continuous Tone or Rapid Access. 150 rolls Total of all CLINs Total of CLINs CLAUSES AND PROVISIONS The following clauses and provisions are incorporated and are to remain in full force in any resultant firm-fixed price purchase order: FAR 52.211-6, Brand Name or Equal (Aug 99); FAR 52.212-1, Instructions to Offerors-Commercial Item (Jun 08); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 11)--offerors shall complete only paragraph (b) 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 (c) through (m) 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 Items ( Jun 10 ); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items ( Jan 11 ). Paragraph (b) of this clause incorporates by reference the following FAR clauses: 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jul 10), 52.222-21 Prohibition of Segregated Facilities (Feb 99), 52.222-26 Equal Opportunity (Mar 07), 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 10), 52.222-36 Affirmative Action for Workers with Disabilities (Oct 10), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 10), 52.222-50 Combating Trafficking in Persons (Feb 09), 52.225-1 Buy-American Act - Supplies (Feb 09), 52.225-3 Buy American Act - North American Free Trade Agreement - Israeli Trade Act (Jun 09), 52.225-5 Trade Agreements (Aug 09), 52.225-13 Restriction on Certain Foreign Purchases (Jun 08), 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 52.239-1 Privacy or Security Safeguards (Aug 96). ATTACHMENT 1 - SALIENT CHARACTERISTICS Aerial Duplication Film Agfa Avitone PD 1P-OS or Equivalent •· Orthochromatic continuous tone direct positive film •· Polyester base •· Available in 10" x 10" sheets and 9.5" x 500' rolls •· Fine grain (RMS granularity > 10) •· Linear characteristic curve over long range (> 5 stops), with minimal shoulder and toe, capable of achieving a gamma of 1.0 when processed with Agfa G74c or Fuji QR-D1developers. •· Low fog (<.2 base + fog density when properly processed). •· Capable of push processing with minimal loss in quality •· Roller transport processor compatible •· Rapid development in appropriate chemistry (<90 s) •· Base thickness of at least.10 mm ENCLOSURE 1, RFQ Information Sheet Vendors that do not provide the required information will not be considered for receipt of the order. Statutory/Regulatory Compliance ENERGY STAR® OR FEDERAL ENERGY MANAGEMENT PROGRAM (FEMP) ENERGY USE REQUIREMENT COMPLIANCE, AS REQUIRED: YES_____ or NO_____? IPv6 COMPLIANT: YES____ or NO_____? SECTION 508 COMPLIANT: YES_____ or NO____? Specific Terms, Conditions, and Administrative information PAYMENT TERMS : DELIVERY DATE : NAME AND ADDRESS OF QUOTER : ________________________________________________________________________ TELEPHONE NO (INCLUDE AREA CODE) _____ FAX NUMBER : E-MAIL ADDRESS : ENROLLED IN CENTRAL CONTRACTOR REGISTRATION? Yes____ No____ CAGE CODE NUMBER : DUNS : Contractor Certification : [By signing the Vendor acknowledges that the information provided in response the this RFQ is correct.] NAME AND TITLE OF SIGNER : DATE OF QUOTATION : SIGNATURE OF PERSON AUTHORIZED TO SIGN : ENCLOSURE 2, Additional NARA Terms and Conditions (Addenda to FAR clause 52.212-4) ADDITIONAL TERMS AND CONDITIONS I. GOVERNMENT CONTRACT SPECIALIST The Contract Specialist assigned to this contract is: Alice Keefe, Contract Specialist Telephone: (301) 837-1821 Email: alice.keefe@nara.gov II. MARK FOR INFORMATION Vendor must include the following information clearly on shipping container address label: Award Number: ____ (PIID) _____________ Accepting POC: Jeffrey Reed Code: NWTS Room: B-570 III. INVOICE SUBMISSION REQUIREMENTS A. All original invoices submitted for payment shall be sent electronically to the following e-mail address: NAR@BPD.TREAS.GOV. Protected Microsoft Excel Files are the preferred format; however, Adobe Acrobat Portable Document Format (PDF) and Microsoft Word are also acceptable. To receive a free notification of your electronic payment, register at http://fms.treas.gov/paid B. If electronic invoices are not possible original invoices shall be sent to : (1) ARC/ASD/NAR Avery Street 3-F Bureau of the Public Debt P.O. Box 1328 Parkersburg, WV 26106-1328 (2) One copy to the Contract Specialist (identified above). (3) One copy to the COR/TPOC: TBD National Archives and Records Administration Attn: Jeffrey Reed, Code: NWTS Room: B-570 8601 Adelphi Road College Park, MD 20740-6001 Email: Jeffrey.reed@nara.gov For Bureau of Public Debt paying office (ARC/ASD/NAR) payment and invoice questions, call 304-480-8000 C. The Vendor's invoice shall include the following information and/or attached documentation: (1) Name of the business concern and invoice date; (2) The complete contract number and/or delivery/task order number preceded by the letters NAMA; (3) Description, price, and quantity of services actually delivered or rendered and segregated by CLIN and/or SUBCLIN number(s); (4) Payment terms; (5) DUNS number; (6) Taxpayer's Identification Number (TIN); (7) Government Fund Cite; and (8) Government Organization ordering the items D. All invoices for services must be submitted on a monthly basis. E. All invoices will be paid using information from the Central Contractor Registration (CCR). Therefore, payment will be made to the EFT information that matches the DUNS number for this award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-NW-11-Q-0010/listing.html)
 
Place of Performance
Address: 8601 Adelphi Road, College Park, Maryland, 20740, United States
Zip Code: 20740
 
Record
SN02376413-W 20110211/110209234405-04768ceb438e3afee628018805e6db23 (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.