SOLICITATION NOTICE
93 -- Oversize Map and Plan Folders - Statement of Work and Pricing Schedule - Combined Synopsis And Solicitation
- Notice Date
- 6/8/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 322231
— Die-Cut Paper and Paperboard Office Supplies 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-10-Q-0052
- Point of Contact
- Taris Besse, Phone: (301) 837-0309
- E-Mail Address
-
taris.besse@nara.gov
(taris.besse@nara.gov)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis and Solicitation RFQ Statement of Work and Pricing Schedule NATIONAL ARCHIVES AND RECORDS ADMINISTRATION (NARA) DESCRIPTION/SPECIFICATION FOR OVERSIZE MAP AND PLAN FOLDERS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; fixed price quotations are being requested and a written solicitation will not be issued. The solicitation Number is NAMA-10-Q-0052 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2005-41 effective date May 13, 2010. The resulting contract will be a fixed price Indefinite Delivery Indefinite Quality (IDIQ) contract with fixed unit prices and with a base period of twelve (12) months plus four (4) twelve (12) month option periods. The anticipated award date of the resulting contract is July 1, 2010. The Government intends to make an award on the initial quotation without discussions for 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 as prescribed by FAR 12.301(c)(2). The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. If the Government chooses this alternative, the awards will be for the CLIN or combination of CLINs that result in the lowest aggregate cost to the Government, including the assumed administrative cost. Award will be made to the vendor(s) whose conforming quotation represents the lowest priced technically acceptable quotation. The Government expects best value to result from selection of the technically acceptable proposal with the lowest evaluated price in response to the RFQ. Technical acceptability will be determined by the vendor's ability to meet the technical requirements of the Statement of Work/Specifications and to provide for on time delivery. All qualified responsible and CCR registered business sources may submit a quotation for consideration by NARA. This requirement is for Oversize Map and Plan Folders and will require First Article Approval in accordance with the clause at FAR 52.209-4 First Article Approval – Government Testing. (a) The Contractor shall deliver one (1) unit(s) of CLINs 0001 through 0008 within 14 calendar days from the date of contract award to the Government Contract Specialist, Mr. Taris Besse at the National Archives and Records Administration, NAA, Room 3340, 8601 Adelphi Road, College Park, MD 20740-6001 for first article tests. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics and the testing requirements that the first article must meet are specified elsewhere in this contract. (b) Within 30 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor including any and all costs for additional tests following any disapproval. The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) of this clause. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (d) If the Contractor fails to deliver any first article on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. (e) Unless otherwise provided in the contract, the Contractor: (1) May deliver the approved first article as a part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing; and (2) Shall remove and dispose of any first article from the Government test facility at the Contractor's expense. (f) If the Government does not act within the time specified in paragraph (b) or (c) of this clause, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (g) The Contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the first article during any first article test. (h) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. (i) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Offeror/Contractor and have been accepted by the Government. The Offeror/Contractor may request a waiver. For a formatted copy of the Statement of Work, including foreseeable delivery locations, as well as the Pricing Tables necessary for proper response, see Attachment A (Statement of Work), and Attachment B (Pricing Schedule Tables). GENERAL DESCRIPTION: Oversize map and plan folders according to the size and specifications listed in the Statement of Work. SPECIFICATIONS: 1. Oversize Map and Plan Folder: An oversize map and plan folder shall be folded along the center fold line, perpendicular to the grain direction. This specification may be used for folders up to but not exceeding 46 inches in height and 74 inches in width; specific dimensions and its quantities will be conveyed in section 6.0 of the statement of the work. The allowable variation for each dimension shall be plus or minus 1/8 inch. 2. Fold Line on the folder: The center fold line shall be folded to allow parallel sides of the folder to be straight and even. The fold shall be perpendicular to the machine direction of the paperboard. 3. Composition: Paperboard for the map and plan folder shall be made from new cotton or linen pulp, fully bleached chemical wood pulp, or a mixture. Paperboard shall be free of ground wood (ASTM D1030-95, X 5 Spot Stains and TAPPI T-236 cm-85), alum rosin sizing, browning, particles of metal, waxes, plasticizers (i.e. wet strength additives), plastics, and shall contain less 0.0008 percent reducible sulfur (TAPPI T-406 om-94). It shall be free of any components that will cause the paperboard to fail the photographic activity test (ANSI IT9.16-1993). Surfaces shall be free of knots, shives, and abrasive particles. 4. Sizing: Alkaline sizing (surface, internal, or both) shall be used. (ASTM D4988-96). 5. Alkaline Reserve: The paperboard shall have a minimum of 2 percent calcium carbonate, magnesium carbonate, or a combination of both evenly distributed throughout all plies and layers, when tested according to ASTM D4988-96. 6. Hydrogen Ion Concentration (pH): The pH value of the paperboard shall be between 8.0 and 9.5 when tested according to TAPPI T-509 om-96. 7. Lignin: To demonstrate the adequacy of bleaching or lignin removal, all plies and layers of the paperboard shall give a negative reading to the phloroglucinol test when tested according to ASTM D1030-95 or shall have a Kappa number of 5 or less when tested according to TAPPI T-236 cm-85. 8. Abrasion: Outer surfaces of the paperboard shall show a loss of less than 1.5 percent of the total weight (mounting card and sample) when tested with #CS 10 wheel and 100 wear cycles (TAPPI T-476 om-97). 9. Surface Smoothness: The measurement of paperboard smoothness should give a number 210 Sheffield units or less when tested according to TAPPI UM-518. 10. Thickness: The paperboard shall have an average thickness between 0.0195 inches and 0.0225 inches, when tested according to TAPPI T-411om 97. 11. Stiffness: The paperboard shall have an internal stiffness of at least 3180 +/-360 Tabor stiffness units in the machine direction and 3060 +/-260 in the cross direction when tested according to TAPPI T-489om-92. 12. Fold Lines: The paperboard shall be folded uniformly to permit easy precise folding to retain maximum strength along the center fold line. 13. Finish: The paperboard shall be plate finished (calendared) on both sides. 14. Color retention: Dyes used to color the paperboard shall show no bleeding when soaked in distilled water for 48 hours while held in direct contact with white bond paper. The board shall not show a loss or gain of more than 5 points of brightness after exposure in a Sunlighter II apparatus for 96 hours or a fadeometer for 36 hours, when tested according to TAPPI T-452om-98. In order to be considered for an award, prices must be submitted for each item. Also, vendors must quote prices for the initial 12 month period as well as the option periods in order to be considered for an award. Failure to fully comply with the stated requirement may be cause for rejection of the quotation. The vendor must provide map and plan folders in accordance with the Statement of Work (SOW)/Specifications. Individual orders placed against this contract will indicate the respective item quantities and the shipping address for delivery. The unit prices are fixed price. The vendor must not add shipping costs to unit prices. In the event of multiple awards, the anticipated shipping costs will be allocated equitably amongst the multiple awards. The vendor must provide a copy of the shipping charges for each order to the Contracting Officer’s Representative (COR). Delivery must be undertaken during regular business hours, Monday through Friday, unless mutually agreed upon by NARA and the vendor. Delivery must be made as ordered, in the specific quantities, to the specified destinations. Vendor’s price quotation shall be based on the cost to supply the requirement and shall be expressed utilizing the pricing structure in the schedule referenced above. The following clauses and provisions are incorporated and are to remain in full force in any resultant fixed price purchase order: FAR 52.212-1, Instructions to Offerors—Commercial Items (Jun 08); FAR 52.212-3, Offeror Representations and Certifications—Commercial Items (Aug 09) -vendors shall complete only paragraph (k) of this provision if the vendor has completed the annual representations and certificates electronically at http://orca.bpn.gov. If a vendor has not completed the annual representations and certifications electronically at the ORCA website, the vendor must complete only paragraphs (b) through (j) 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 Terms (Mar 09); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (Apr 10). Paragraph (b) of this clause incorporates by reference the following FAR clauses: 52.222-3 Convict Labor (Jun 03), 52.222-19 Child Labor – Cooperation with Authorities and Remedies (Aug 09), 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, Veterans of the Viet Nam Era, and Other Eligible Veterans (Sep 06) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 98), 52.222-37 Employment reports on Special Disabled Veterans, Veterans of the Viet Nam Era, and Other Eligible Veterans (Sep 06), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 04), 52.222-50 Combating Trafficking in Persons (Feb 09), 52.225-13 Restriction on Certain Foreign Purchases (Jun 08), 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration (Oct 03), and 52.232-36 Payment by Third Party (Feb 10). The following FAR clauses also apply to this procurement: 52.209-4 First Article Approval –Government Testing (Sep 89), 52.211-6 Brand Name or Equal (Aug 99), 52.216-18 Ordering (Oct 95), 52.216-22 Indefinite Quantity (Oct 95), FAR 52.217-5 Evaluation of Options (Jul 90); FAR 52.217-7 Option for Increased Quantity—Separately Priced Line Item(Mar 89); FAR 52.217-8 Option to Extend Services(Nov 99); FAR 52.217-9 Option to Extend the Term of the Contract(Mar 00). Two copies of each quotation should be mailed to National Archives and Records Administration (NARA), Attention: Taris Besse, 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001 or e-mailed to: taris.besse@nara.gov. Quotations should be received by 4:00 PM EST on June 22, 2008. Vendors submitting via e-mail are cautioned to allow one extra business day for delivery and confirm receipt of quotation as the e-mail will need to pass through IT security. Failure to meet the deadline for receipt may result in rejection of the quotation as untimely. Telephonic responses will not be processed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-10-Q-0052/listing.html)
- Record
- SN02171359-W 20100610/100608235100-4a6fe5cf43674003be9eee3714ef2abb (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 |