Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2010 FBO #3225
SOLICITATION NOTICE

93 -- Procite Polystyrene Window Film - Package #1

Notice Date
9/21/2010
 
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-10-Q-0037-1
 
Archive Date
10/21/2010
 
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
Brand name justification for other than full and open competition Procite Polystyrene This is a combined synopsis/solicitation for a 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-10-Q-0037-1 is issued as a Request for Quote (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-43, dated August 2, 2010. 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.acquisition.gov. Brand-name Justification for Other Than Full and Open Competition (JOFOC) was published in FedBizzOpps on 9/2/2010. Contract Line Item Number (CLIN) 0001 - Procite Polystyrene Film 1.15 mil thickness 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 FL Smithe, Model ECW, high-speed envelope encloser machine with Bar Code Scanner (BCS) readability to create a window patch in the production of Government checks. Product National Starch poly adhesive product #33-1399 is used with polystyrene. Quantity: 360 rolls. Date and Place of Delivery: Delivery shall be between the 10th and 15th of the month to Kansas City Financial Center (KFC), 4241 NE 34th Street, Kansas City, MO 64117. Packaging, marking, and shipping requirements: Packaging: The rolls shall be covered or wrapped with polyethylene or similar material to protect the film from moisture. Individual rolls shall not be wrapped. Rolls shall be in groups or layers. The rolls shall be secured to a skid by banding 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. 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. The provision at 52.212-1 - Instructions to Offerors-Commercial Items, applies to this solicitation. A firm-fixed price contract will be awarded to the responsible offeror whose offer, conforming to the solicitation is technically acceptable, lowest price. The provision at 52.212-3 - Offeror Representations and Certifications-Commercial Items applies to this solicitation. A copy of the provision may be obtained from https://www.acquisition.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. The clause at 52.212-4 - Contract Terms and Conditions-Commercial Items applies to this acquisition. 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; 52.203-13 - Contractor Code of Business Ethics and Conduct; 52.219-6 - Notice of Total Small Business Set-Aside; 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; 52.222-36 - Affirmative Action for Workers with Disabilities; 52.225-1 - Buy American Act Supplies; 52.225-3 - Buy American Act-Free Trade Agreements-Israeli Trade Act, Alt II; 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration. To be awarded a contract, quoter must be registered in the CCR. CCR registration information may be found at http://www.ccr.gov. Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. Quotes are due by 3:00 pm EST, October 6, 2010. 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-10-Q-0037-1/listing.html)
 
Place of Performance
Address: Delivery location is Kansas City, MO 64117, Kansas City, Missouri, 64117, United States
Zip Code: 64117
 
Record
SN02290545-W 20100923/100921235205-30a7042351a81773049f04a07ae1a841 (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.