Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2010 FBO #3108
SOLICITATION NOTICE

75 -- WHITE COPIER PAPER

Notice Date
5/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424120 — Stationery and Office Supplies Merchant Wholesalers
 
Contracting Office
Corporation for National and Community Service, Procurement, Office of Procurement Services, 1201 New York Avenue, NW, Washington, District of Columbia, 20525
 
ZIP Code
20525
 
Solicitation Number
CNSHQ-10-R-0014
 
Archive Date
6/25/2010
 
Point of Contact
Cynthia Vass-Frye, Phone: 2026066988
 
E-Mail Address
cvassfrye@cns.gov
(cvassfrye@cns.gov)
 
Small Business Set-Aside
N/A
 
Description
WHITE COPIER PAPER CNSHQ-10-R-0014 Dated 5/27/2010 Corporation for National and Community Service has an urgent need to procure 30% recycled, 8.5 x 11, 20lb 92 Brightness white copier paper, 30% recycled 8.5 x 14, 20lb 92 Brightness white copier paper, 30% recycled 11x 17, 20lb 92 Brightness white copier paper. This Acquisition is under NAICS Code 424120. This acquisition is set-aside for vendors residing or primarily doing business within a 100 mile radius of Washington, DC. Your offer will not be considered if you are not able to establish compliance with these provisions. Please provide a complete price quote and attach a copy of your CAGE Code, Duns Number, Tax Identification Number, discount terms, expiration date of the quite submitted, and contract number, if applicable. A quotation submitted in response to this solicitation must be submitted electronically and be comprised of the following sections: Section 1: Corporate Overview •a. Company's Professional History in relation to Statement of Work (Company must provide at least two years of work history) •b. Company's Facilities and Staff in relation to Statement of Work Section 2: Company's Technical Qualifications (All below items must be in relation to the Statement of Work) •1. Company's experience on similar contracts •2. Company's technical requirements demonstrating the ability to: •· •· Provide supplies and services within the region of District of Columbia (Please provide three current references) •· Provide assurance that deliveries can meet the Corporation's requirements •· Assurance that personnel can enter a government facility and demonstrate how this will be accomplished. Section 3: Past Performance/References Past Performance/References shall be similar in scope, size, and dollar value of this RFQ. A minimum of three (3) Past performance/References must be submitted for current work being performed or work that has been performed within the past two years. Past Performance/References may be from government or private industry clients. The layout should appear as follows: Program office/technical point of contact Telephone Number Duration of Contract Contract or Job Number Targeted Demographic Contract Dollar Value/Project Section 4. Pricing Proposal - Price proposals shall be submitted in the following format. EST QTY Unit Unit Price Total Price 1. Paper, Copying : * CS $_________ $________ 8.5 x 11, 20lb, 92 Brightness 2. Paper, Copying : * CS $_________ $________ 8.5 x 14, 20lb 92 Brightness 3. Paper, Copying : * CS $_________ $________ 11 x 17, 20lb, 92 Brightness *The government anticipates the life of this BPA usage in the amount of 600 cartons (CS) The above criteria in Sections 1, 2, 3 and 4 will be utilized to determine technical acceptability. Offers that are received without addressing the information as prescribed in Sections 1, 2, 3, and 4 above will be deemed non-responsive and will not receive consideration for award. ELECTRONIC SUBMISSIONS OFFERS MUST BE SUBMITTED ELECTRONICALLY (1) U.S. Postal Service, Over Night Carrier or Fax submissions shall not be an acceptable form of submittal. All sections shall be sent via one email. Place the RFP number within the subject line of your submittal. Quotations and Cover Page must be submitted electronically by Thursday, June 10, 2010 at 1:00 pm Eastern Standard Time to: Igiles.guest@cns.gov Ilene A. Giles Contract Specialist and Cvassfrye@cns.gov Cynthia J. Vass-Frye Contracting Officer It is the contractor's/offerors responsibility to ensure that electronically submitted proposals are received by the Government by the due date. Offerors that submit quotations without the quotation cover page will be deemed non-responsive and will not receive consideration for award. (2) Any data previously submitted in response to another solicitation will be assumed unavailable to the Contracting Officer; and this data must not be incorporated into the technical offer by reference. (3) Clarity and completeness of the offer are of the utmost importance. The offer must be written in a practical, clear and concise manner. It must use quantitative terms whenever possible and must avoid qualitative adjectives to the maximum extent possible. (4) Offers must be legible, double spaced in a type size not smaller than 10 point pitch with a one-inch margin on all sides, on paper not larger than eight and a half by eleven inches and not exceeding the page limits established in this solicitation. Pages in excess of the individual limitations shall not be read, and the offer shall be evaluated as if the excess pages did not exist. EVALUATION OF QUOTES The Government will award a Firm Fixed Type BPA to the offeror submitting the lowest priced technically acceptable proposal. Technical proposal will be evaluated on a pass/fail basis for the factors listed below meeting the following requirements. Experience on similar contracts - The offeror must demonstrate that it has experience with federal and state sector clients Technical requirements - The offeror must demonstrate the ability to: •· Provide supplies and services within the region of District of Columbia •· Demonstrate your ability to meet delivery requirements •· Key Personnel (Provide verification that employees are able to enter a federal building) FAR CLAUSES APPLICABLE Th e following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil/. FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this acquisition. FAR 52.212-3 Offeror Representations and Certifications- Commerical Items. Offeror must submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with their proposal or indicate that the registration has been completed at the ORCA website http://www.orca.bpn.gov. Failure to include this information with the price proposal and past performance may render an offeror ineligible for award. FAR 52.212-4 Contract Terms and Conditions-Commercial applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items apply to this acquisition. The following additional FAR clauses are applicable to this requisition: FAR 52.217-8 FAR 52.222-3 FAR 52.222-19 FAR 52.222-21 FAR 52.222-26 FAR 52.222-36 FAR 52.232-19 FAR 51.232-33 FAR 52.222-53 ADDITIONAL INFORMATION Contractor shall submit invoices for supplies as delivered. Payment will be made after receipt and verification of delivery. QUESTIONS PERTAINING TO SOLICITATION (1) All questions shall be addressed to the Contract Specialist or Contracting Officer at the following email address: Igiles.guest@cns.gov Ilene A. Giles Contract Specialist and/or Cvassfrye@cns.gov Cynthia Vass-Frye Contract Officer Please send all questions via email. Questions will be taken or answered via email only. Please include in the subject line "CNSHQ10T0014 - White Copier Paper". Once questions are compiled, they will be answered via amendment to the RFQ. Questions will be permitted from Thursday, May 27 through Wednesday, June 3, 2010 at 11:00 am Eastern Standard Time. All questions submitted after Wednesday, June 3, 2010 at 11:00 am Eastern Standard Time will not be answered. SERVICE OF PROTEST (a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Roderick Gaither Corporation for National & Community Service 1201 New York Ave NW (8 th Floor) Washington, DC 20525 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CNS/CFO/WashingtonDC/CNSHQ-10-R-0014/listing.html)
 
Place of Performance
Address: Corporation for National and Community Service, 1201 New York Ave NW, Washington, District of Columbia, 20525, United States
Zip Code: 20525
 
Record
SN02162993-W 20100529/100527235821-cb22a27d19b05423a44e86cf0b7da583 (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.