Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2009 FBO #2803
SOLICITATION NOTICE

93 -- Procite Polystyrene Film

Notice Date
7/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326113 — Unlaminated Plastics Film and Sheet (except Packaging) Manufacturing
 
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-09-Q-0040
 
Archive Date
9/5/2009
 
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
Total Small Business
 
Description
This is a combined synopsis/solicitation for a brand-name manufacturer 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-09-Q-0040 is issued as a Request for Quote (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-35, dated July 14, 2009. This is a 100 small business set-aside reserved exclusively for small business concerns. The North American Industry Classification System (NAICS) code is 326113; and small business size standard for this procurement is 500 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.arnet.gov. (1) Product description: 115 gauge polystyrene (Procite) film with a three-inch core, outer diameter of roll is 18 inches, roll width is 4-5/8 inches. The polystyrene film will be processed through an F.L. Smithe Check Wrapping System, Model ECW to create a window patch in the production of Government checks. All address and barcode information shall be visible through the window film, and shall satisfy the following minimum reflectance and contrast guidelines: a print contrast ratio (PCR) equal to or more than 40 percent in the red and green portions of the optical spectrum is required for an MLOCR to recognize address information; a print reflectance difference (PRD) equal to or more than 30 percent in the red and the green portions of the optical spectrum is required for a Bar Code Scanner (BCS) and to recognize Postal Numeric Encoding Technique used to encode ZIP code information on letter mail (POSTNET) barcodes. (2) This requirement consists of one line item number and quantities are: (Date of award through August 31, 2010) - CLIN 0001, quantity 1,500 total rolls. (3) DELIVERY LOCATIONS, QUANTITY, and SCHEDULE: The total rolls per year shall be delivered between the 10th and 15th of each month throughout the delivery cycle to the following locations in the quantities indicated for the Regional Financial Centers (RFCs). The first two lines of the delivery label for each delivery location shall read: (Financial Management Service, Department of the Treasury). Addresses for delivery location are: Kansas City Financial Center (KFC), 4241 NE 34th Street, Kansas City, MO 64117; and Philadelphia Financial Center (PFC), 13000 Townsend Road, Philadelphia, PA 19154. (4) For KFC the quantity needed is 120 rolls each for deliveries in November 2009, January 2010, March 2010, and 140 rolls each for deliveries in May 2010 and July 2010. For PFC, the quantity needed is 140 rolls each for deliveries in November 2009, January 2010, February 2010, and 300 rolls each for deliveries in March 2010, and 140 rolls each for May 2010. (5) PACKAGING, MARKING AND SHIPPING REQUIREMENTS: PACKAGING: The rolls shall be covered or wrapped into polyethylene or similar material to protect the film from moisture. Do not wrap each individual roll. Rolls can be in groups or layers. The rolls shall be secured to the skid by handling the rolls with 3 straps to prevent shifting of individual rolls while in transit. The top roll on the pallet shall be protected with edge protectors to prevent the straps from damaging the edges of the paper rolls. The roll shall be secured to prevent accidental unwinding. Cardboard shall be placed on the top of the film rolls with plastic corners under the bands. The pieces of wood that make up the pallet shall be secured together with nails or pegs, maintaining the shape of the pallet. Nails or pegs which are used to reconstruct the pallet, shall not protrude from the pallet. The rolls do not require individual wrapping. The rolls shall be secured to the skid by banding to prevent shifting of individual roll while in transit. The top roll on the skid shall be protected with a firm cover or edge protectors to prevent the bands from damaging the edges. MARKING: Each package shall be clearly marked on the outside of the package with (i) contract number under which the package is being delivered, (ii) film type, (iii) name and address of the Contractor, and (iv) date on which the paper was manufactured. SHIPPING: Product shall be shipped commercially, FOB Destination. (6) TESTING: In order to allow the Government to determine the technical acceptability of the product, the offeror shall provide adequate product description in accordance with FAR Provision 52.212-1(b)(4) to include product literature, product samples, material safety data sheets, and technical features. All product samples must be received by 3:00 pm local time (CST) August 10, 2009. For testing, interested offerors must submit a product sample consisting of one 18-inch x 4-5/8 inch wide roll with three-inch core of product to: FMS, Kansas City Financial Center, Attn: Dirk Dean, 4241 NE 34th Street, Kansas City, MO 64117. The same packaging requirement of paragraph (5) above will apply to the sample submission. Failure to meet the packaging requirement on shipment will be cause for rejection of product sample. The product sample will undergo testing for: compliance to window film specification; adherence to web using National Starch poly adhesive product #33-1399; non-static build up; curl resistance as roll diminishes; stretch, streak, fogging, and colorfast conditions that can obscure the address or barcode during envelope processing; meet minimum reflectance and contrast guidelines; and envelope USPS optical character reading and bar coding testing. Test results and product samples not consumed during testing will not be returned to sender. Technical acceptability is on a pass or fail basis. (7) The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this solicitation. (8) The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation. The following text is added to Paragraph (a) of FAR 52.212-2; (i) technical acceptability of the item offered to meet the need of the Treasury; (ii) past performance; and (iii) price. A firm-fixed price contract will be awarded to the responsible offeror whose offer, conforming to the solicitation, is technically acceptable at the lowest price. (9) Additional guidance on price is provided under provision 52.212-1 section (g). (10) The provision at 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this solicitation. A copy of the provision may be attained from http://www.arnet.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. (11) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. (12) Addendum to Clause 52.212-4 is: 52.232-18 Availability of Funds. (13) 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; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 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; 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act Supplies; 52.225-5 Trade Agreements; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. To be awarded this contract, the offeror must be registered in the CCR. CCR registration information may be found at http://www.ccr.gov. The following clause identified at paragraph c. of the clause 52.212-5 is considered checked and is applicable to this acquisition: 52.203-3 Gratuities. (14) Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (15) Quotes are due by 3:00 pm local time, August 21, 2009. (16) 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-09-Q-0040/listing.html)
 
Place of Performance
Address: Delivery locations are: Kansas City, MO and Philadelphia, PA, United States
 
Record
SN01889425-W 20090730/090728235314-4fbc49b562df664f6a3794ff2830a94e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.