SOLICITATION NOTICE
75 -- 13 x 18 Paper
- Notice Date
- 7/10/2006
- Notice Type
- Solicitation Notice
- NAICS
- 424110
— Printing and Writing Paper Merchant Wholesalers
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
- ZIP Code
- 28310
- Solicitation Number
- H92239-06-T-0050
- Response Due
- 7/14/2006
- Archive Date
- 7/29/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and as supplemented with additional information in this notice. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. Solicitation H92239-06-T-0050 will be issued as a Request For Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect under Federal Acquisition Circular 05-10. Provisions and clauses may be downloaded at http://www.farsite.hill.af.mil. It is the responsibility of the offeror to be familiar with all applicable clauses and provisions. This requirement is 100% set aside for Small Business Concerns (SBCs). The NAICS Code is 424110 and the size standard is 100 employees or less. This acquisition is to be a Firm Fixed Price type contract. The Government reserves the right to make multiple awards in the event that it is advantageous to do so. The contractor shall provide the following Contract Line Item Numbers (CLINs): CLIN 0001 (quantity: 4 skds) ? 13 x 18 Paper, Gloss two-sided 40M, 25.6K shts per box (80 lb. Gloss two sided 40M Smooth Finish Long Grain); CLIN 0002 (quantity: 3 skds) - 13 x 18, Gloss two-sided cover, 9.6K per box (100 lb. Gloss, two-sided Cover Finish Long Grain); CLIN 0003 (quantity: 16 skds) ? 13 x 18 Paper, 40K shts per box (Smooth Offset, 60 lb. Smooth Finish Long Grain). Paper shall be delivered to a Government site on Fort Bragg, NC. Point of delivery and acceptance is A Co 3D PSYOP BN (BLGD H3114), Fort Bragg, NC 28310. The requested delivery date is 19 July 2006. If quoted price for CLINs 0001, 0002 and 0003 is FOB Origin, shipping and handling charges shall be delineated on a separate CLIN with response to this RFQ. If pricing is FOB Destination (preferred), CLIN pricing shall be inclusive of ground transportation and handling charges. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are hereby incorporated by reference to this procurement action (exception(s) are provided, where applicable): FAR 52.204-7, Central Contractor Registration. FAR 52.212-1, Instructions to Offerors-Commercial Items, applies, except that alternate means for submission of quotes are not acceptable. FAR 52.212-2, Evaluation-Commercial Items, is applicable to this requirement with the following clause addenda to paragraph (a), The Government will award a contract(s) resulting from this solicitation to the responsible offeror(s) whose offer(s) (e.g., quote) conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Acceptability, (2) Delivery, (3) Price and (4) Past Performance. Offers will be evaluated for acceptability. Acceptability is defined as an offer of supplies that completely satisfy the minimum salient characteristics of the CLINs. Acceptability will be evaluated on a Pass or No-Pass basis. Only those offers evaluated as Pass will be further evaluated and considered for award. Offers will be evaluated for Delivery. Delivery is defined as the capacity and affirmation to conform with, or better, the Requested Delivery Date of this solicitation. Alternate delivery schedules will be considered. Offerors shall present a detailed delivery schedule for any proposed alternate schedule. Offers will be evaluated for price. Prices shall be quoted in accordance with the CLIN(s) to be incorporated in the Schedule of Supplies and Services in the event an award is made. Offerors shall provide not less than two (2) past performance references (with contact information) demonstrating success in providing the quantities and types of supplies required in this solicitation. The factor of acceptability is comparatively equal to delivery, price, and past performance. FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses in paragraph (b) applicable: 52.203-6, 52.219-6, 52.219-14, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. FAR 52.222-3, Convict Labor. FAR 52.225-1 Alt 1, Buy American Act-Supplies. FAR 52.246-2 Alt I, Inspection of Supplies-Fixed Price. FAR 52.247-29, F.o.b. Origin or FAR 52.247-34, F.o.b. Destination, as applicable to award(s). FAR 52.252-2, Clauses Incorporated By Reference. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.204-7004, Required Central Contractor Registration Alt A. DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses in paragraphs (a) and (b) applicable: 52.203-3, 252.205-7000, 252.225-7001, 252.243-7002, 252.247-7023, and 252.247-7024. DFARS 252.225-7036, Buy American Act-Free Trade Agreement-Balance of Payments Program. DFARS 252.232-7003, Electronic Submission of Payment Requests. Offers referencing RFQ number H92239-06-T-0050 may be submitted: in hard copy via mail or hand-delivered to HQ USASOC, Attn: DCSAC AOCO, Desert Storm Drive, Fort Bragg, NC 28310; electronically via fax to (910) 432-9345; or email (preferred) to the Government point-of-contact noted below. It is the responsibility of the offeror to confirm receipt of responses to this RFQ. OFFERS SHALL INCLUDE: (1) original letter signed by an individual authorized to bind the offeror; (2) Representations and Certifications compliant with FAR Clause 52.212-3; (3) acknowledgement and agreement with amendments, if issued; (4) delivery schedule and references; and (5) a priced schedule of supplies. Amendments, if any, will be published on FedBizOpps at http://www.fedbizopps.gov/. It is the responsibility of offerors to review the website for any changes or amendments to this RFQ. Offerors must be registered in Central Contractor Registration (CCR) prior to award. DUNS/CCR website is: http://www.ccr.gov. Offers must be received by 2:00 p.m.(EST), 14 July 2006. Questions with regard to this RFQ will be accepted from interested offerors up to 1:00 p.m.(EST) 12 July 06. Any questions submitted thereafter will be entertained, however, the due date for quotes will not change. Questions should be directed to the Umetria Thomas at (910)432-6145, or emailed (preferred) to thomasu@soc.mil. Numbered Note 1 applies to this solicitation.
- Place of Performance
- Address: Fort Bragg, NC
- Zip Code: 28310
- Country: UNITED STATES
- Zip Code: 28310
- Record
- SN01086021-W 20060712/060710221349 (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 |