SOLICITATION NOTICE
75 -- Marginally Punched, Perforated, Roll, Paper Stock for Use on IBM 4000 Advanced Function Laser Printer.
- Notice Date
- 7/29/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 453210
— Office Supplies and Stationery Stores
- Contracting Office
- Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, Maryland, 20745
- ZIP Code
- 20745
- Solicitation Number
- TIRNO-11-Q-00247
- Archive Date
- 8/20/2011
- Point of Contact
- Daniel K Higgins, Phone: 202-283-6383
- E-Mail Address
-
daniel.k.higgins@irs.gov
(daniel.k.higgins@irs.gov)
- Small Business Set-Aside
- HUBZone
- Description
- This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. Solicitation TIRNO-11-Q-00247 is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 05-38, and the size standard is $30 million. This is a set-aside for small business HUBZone concerns. The associated North American Industry Classification System (NAICS) code is 453210. The Internal Revenue Service (IRS) has a requirement for Marginally Punched and/or Perforated Blank, Roll Paper Stock for use on IBM 4000 Advanced Function Laser Printer and/or IBM 4100 Advanced Function Laser Printer. Please e-mail requests for attachment of illustrated copy of pallet instructions. TERM OF CONTRACT: September 1, 2011 through August 31, 2012 BID SUBMISSION: Bids must be e-mailed to Daniel Keith Higgins at Daniel.K.Higgins@irs.gov. SECTION 1- GENERAL TERMS AND CONDITIONS QUALITY CONTROL PROCEDURES: Contractor shall, prior to start-up, put into effect within his/her own org., and maintain throughout the life of this contract, a quality control program that will ensure the Govt.'s quality assurance, inspection, and acceptance provisions stated herein are met. The program must provide for periodic sampling during the run and provide for backing up a rerunning in the event of an unsatisfactory quality control program must be submitted to the Contracting Officer (CO) at the time of the pre-award survey. ASSIGNMENT OF JACKETS, PURCHASE AND PRINT ORDERS: A Purchase Order (PO) number will be assigned and a PO issued to the contractor to cover work performed. The PO will be supplemented by an individual "print order" for each job placed with the contractor. The print order, when issued, will indicate quantity to be produced and any other information pertinent to the particular order. PREAWARD TESTING OF CONSTRUCTION SAMPLE AND PAPER SAMPLE: Contractor being considered for award shall be required to complete the following preaward test, unless waived by the CO. Govt. may waive the requirement for a preaward test where supplies identical or similar to those called for have been previously furnished by the contractor and have been accepted by the Govt. ALL SAMPLES MUST BE MANUFACTURED AT THE FACILITIES IN WHICH THE CONTRACT PRODUCTION QUANTITIES ARE TO BE MANUFACTURED. Construction Roll Samples: The sample requirement for this contract is three 50-inch diameter roll construction sample mounted on a 6" diameter core (printing & perforation not required). Each construction sample must be 18" width. Each sample shall be constructed as specified (marginally punched) and must be of the size, kind, and quality that the contractor will furnish, and must be produced using the paper, equipment and methods the contractor will use during the term of the contract. The paper furnished for the items ordered under this contract must be uniform throughout the term of the contract to assure consistent and uninterrupted processing on the equipment specified. Prior to the commencement of production of the contract production quantity, contractor shall submit roll samples to: 1.) Internal Revenue Service, Correspondence Production Services East: Brian Wischmeyer - 985 Michigan Avenue, Detroit, MI 48226; 2.) Correspondence Production Services West: Michael Bates - 1160 W 1200 S, Ogden, UT, 84404. Samples will be tested for conformance of materials for usage on the specified equipment and for construction. Paper used for samples must be as specified in Section 2 - Specifications. The container & accompanying documentation shall be marked "PREAWARD TEST SAMPLES"" and shall include the RFQ number. PAPER SAMPLES: Prior to contact award: The contractor's paper manufacturer shall submit outturn samples & test data from the initial manufacturing run that will be used in this program for evaluation. The sample set shall consist of 25 sheets, 8-1/2 x 11", randomly selected and representing the stock to be used in the program. Sampling shall be conducted in accordance with the current edition of the standard method described in TAPPIT-400, Sampling & Accepting a Single Lot of Paper: Paperboard, Containerboard, or Related Product, or equivalent sampling plan. Contractor shall state sampling plan used. Submit samples to: 1.) Internal Revenue Service, Correspondence Production Services East: Brian Wischmeyer - 985 Michigan Avenue, Detroit, MI 48226; 2.) Correspondence Production Services West: Michael Bates - 1160 W 1200 S, Ogden, UT, 84404. A covering document shall accompany each sample set and shall include the following information: (a) The Program number. (b) The mill or manufacturing run number. (c) The manufacturer's test data obtained at regular interval throughout the manufacturing run. (d) A description of the paper (e) A statement specifying the sampling plan used to obtain the random samples. The covering document, which includes the information required for B, C, and E, shall be signed by the official responsible for sampling, quality control and quality assurance. The container shall be marked ‘PREAWARD PAPER SAMPLES", and shall include the RFQ number. All pre-award test samples shall be received by the Government within 6 workdays after requested by the Government. TESTING: Shall be conducted in accordance with standards in Parts 2 & 4, Govt. Paper Specifications Standards No. ll. The precision requirements of the acceptance criteria (part 4) shall apply. Paper and Marginal punching, Marginal control punches, and perforation must meet all requirements recommended by the manufacturer of the IBM 4000 Advance Function Laser Printer and IBM 4100 Advanced Function Laser Printer. Special attention must be given to keeping the paper & packing free of chad and other manufacturing debris. Paper that fails to perform on the printer due to paper quality or paper manufacturing defects will result in rejection of the entire shipment. Govt. will approve, conditionally approve, or disapprove the samples within 10 workdays of receipt. Approval or conditional approval shall not relieve the contractor from complying w/ the specifications and all other terms & conditions of the contract. A conditional approval shall state any further action required by the contractor. A notice of disapproval shall state the reasons. If the samples are disapproved, the Govt. at its option may require the contractor to submit additional samples for inspection & test, in the time & under the terms & conditions specified in the notice of rejection. Such additional samples shall be furnished, and necessary changes made, at no cost to the Govt. and with no extension in the shipping schedule. Govt. will require the time specified above to inspect & test any additional sample required. In the event the samples are disapproved by the Govt., the contractor shall be deemed to have failed to make delivery within the mean in of the default clause in which event this contract shall be subject to termination for default, provided however, that the failure of the Govt. to terminate the contract for default in such event shall not relieve the contractor of the responsibility to deliver the contract quantities in accordance with the shipping schedule. In the event the Govt. fails to approve, conditionally approve, or disapprove the samples within the time specified, the CO shall automatically extend the shipping schedule. PREAWARD SURVEY: In order to determine the responsibility of the prime contractor or any subcontractor, the Govt. reserves the right to conduct a pre-award survey or to require other evidence of technical, production, managerial, financial, and similar abilities to perform, prior to the award of a contract. ORDERING: Items to be furnished under the contract shall be ordered by the issuance of print orders by the Govt. Orders may be issued under the contract from Sept. 1, 2011 through Aug. 31, 2012. All print orders issued hereunder are subject to the terms & conditions of the contract. The contract shall control in the event of conflict with any print order. A print order shall be "issued" for purposes of the contract, when it is either deposited in the U.S. Postal Service mail or otherwise furnished to the contractor in conformance with the schedule. REQUIREMENTS: This is a requirements contract for the items & period specified herein. Shipment/delivery of items or performance of work shall be made only as authorized by orders issued in accordance w/ the clause entitled "Ordering". The quantities of items specified herein are estimates, and aren't purchased hereby. Except as may be otherwise provided in this contract, if the Govt.'s requirements for the items set forth herein don't result in orders in the amounts or quantities described as estimated, it shall not constitute a basis for equitable price adjustment under this contract. Except as otherwise provided in this contract, Govt. shall order from Contractor all the items set forth which are required to be purchased by the Govt. Govt. shall not be required to purchase from the contractor, requirements in excess of the limit on total orders under this contract, if any. Orders issued during the effective period of this contract & not completed within that time shall be completed by the contractor within the time specified in the order, and the rights & obligations of Contractor & Govt. respecting those orders shall be governed by the terms of this contract to the same extent as if completed during the effective period. If shipment/delivery of any quantity of an item covered by the contract is required by reason of urgency prior to the earliest date that shipment/delivery may be specified under this contract, and if the contractor won't accept an order providing for the accelerated shipment/delivery, the Govt. may procure this requirement from another source. The Govt. may issue orders which provide for shipment/delivery to or performance at multiple destinations. Subject to any limitations elsewhere in this contract, the contractor shall furnish to the Govt. all items set forth herein which are called for by print orders issued in accordance with the "Ordering" clause of this contract. SECTION 2- SPECIFICATIONS SCOPE: These specifications cover the production of marginally punched, blank, roll, paper stock requiring such operations as cutting to width, mounting on core, punching holes, packing, and delivery. TITLE: Marginally Punched, Perforated, Roll, Paper Stock for Use on IBM 4000 Advanced Function Laser Printer. FREQUENCY OF ORDERS: Format "D": Approximately 60 to 100 print orders per year. QUANTITY: Format "D": Approximately 7000 to 8950 roll of paper per year. TRIM SIZES: Format "D": 18" wide rolls. NOTE: ALL ROLLS ARE TO BE 50 INCH IN DIAMETER. (+/- 1/32 of an inch) MOUNTED ON 6 INCH CORE, and guide holes are required for each center requesting them, as ordered on the print order. The unwind direction is at contractors' option, unless specified on the individual print order. It's also, required that the contractor put a start good forms mark on every roll. GOVERNMENT TO FURNISH: IRS Offices will submit Print Orders by E-mail or fax directly to the contractor. FMS will submit Print Orders by E-mail or fax directly to the contractor. CONTRACTOR TO FURNISH: All materials & operations, other than those listed under "Government to Furnish," necessary to produce the products in accordance with these specifications. STOCK/PAPER: The specifications of all paper furnished must be in accordance with those listed herein or listed for the corresponding JCP Code numbers in the "Government Paper Specification Standards No. 11" dated February 1999. Approximately 100% of Format D orders will be for 24 lbs. paper. The paper and the manufacture must be consistent throughout the term of the contract. The paper furnished for the items ordered under this contract must be uniform throughout the term of the contract to assure consistent and uninterrupted processing on the equipment specified. All orders produced for IRS are 20 lb. paper. No Less Than 30% Post Consumer Waste. White Plain Copier, Xerographic, Laser Printer Paper basis weight: 20 lb per 500 sheets, 17 x 22", equal to JCP Code 0-63. PRODUCT DESCRIPTION: Blank roll paper stock, 50 inch in diameter, (+/--1/32 of an inch) with a 6-inch diameter core, marginally punched and/or perforated with holes that are standard in size & spacing, include larger start of form hole. Rolls must be compatible for use on IBM 4000 Advanced Function Laser Printer and IBM 4100 Advanced Function Laser Printer. Core must be constructed of such material as to secure against crushing and be suitable for the equipment specified. Splices are acceptable if clean edged. No single roll shall have more than one (1) splice. Tape used to secure splices must be compatible with laser printer requirement and must be able to withstand extreme temperatures. Commercially available tapes which have been found to meet Govt. test requirements included: 3M Company, stock number YR-914/skip-slit or equivalent Roll must be marked to indicate exact location of splice. No single shipment shall have more than 10% of the rolls with splices. Pallets are required. NOTE: PALLETS AREN'T TO BE STACKED ON TOP OF ONE ANOTHER ON THE TRUCK. SHIPMENTS DAMAGED BY STACKING PALLETS ONE ON TOP OF ANOTHER WILL BE REJECTED AND THE CONTRACTOR SHALL BE CONSIDERED LATE. CONTRACTOR MUST PLACE TWO ROLLS ON EACH PALLET. PLEASE REFER TO IRS D12321-LR / LASER ROLL PALLET SPECIFICATIONS Pallets should be Type III, Group 2 or 3, two way flush pallet, size: 50-inch diameter rolls: L51 x W 40", full entry must be on the 40" side. Pallets MUST contain a double support joists on each side of the pallet 1 ½ x 4" running the entire 51" length, for forma D 50" diameter roll paper - Must be made in accordance with Federal Specifications NN-P-71 and any amendments thereto. NOTE: ALL ROLL STOCK MUST BE SECURED ON PALLETS BY CHOCKS. PACKING: Each pallet must be wrapped (covering all rolls of paper) completely in at least 5 wraps of moisture-proof plastic wrapping material (of strength) that will ensure arrival at destination in a clean & un-mutilated condition. Rolls should be placed on side and banded with plastic straps that will not break under normal usage conditions. Bands must go through the core in addition to over the top. Corner pads must be utilized on rolls to prevent damage from strapping. CONTRACTOR IS RESPONSIBLE FOR DELIVERING PAPER DAMAGE FREE, AND FOR HANDLING ANY SHIPPING PROBLEMS. LABELING & MARKING: Each roll must be labeled with Jacket, requisition, Program, and Print Order numbers. Each pallet must be marked with safety warnings for heavy roll paper, and procedures for safe Handling information, such as moving the pallet and removing rolls from the pallets. Product Usage information should also be contained on each roll, information on how the unwind direction is marked, how to find the production label inside the core, explanation of the start of good forms mark (stopping the run 1" from the core, due to set-up footage, ect.) should also be contained here. Additionally IRS Print Order Number with the vendor's internal job number, operator number, and Tappi # should be marked on each roll. QUALITY CONTROL INSPECTION: (When requested by agency) a representative from IRS will be on-site during production & packing start-up to monitor quality of product and compliance with packing specifications. DISTRIBUTION: Deliver f.o.b. destination to the following IRS locations: Ogden Campus & CPS-West 112 North 700 West, Bldg 4B Ogden, UT 84404.................XX% CPS-East 985 Michigan Ave Detroit, MI 48226....................XX% NOTE: All centers must be notified at least 24 hours prior to delivery. The name of the trucking company & driver, description of truck, and local contact phone number must be provided. SCHEDULE: Contractor must not start production of any job prior to receipt of the individual print order. The following schedule begins the workday after notification of the availability of print order: THE WORKDAY AFTER NOTIFICATION WILL BE THE FIRST WORKDAY OF THE SCHEDULE. Print Orders will be submitted to the contractor via E-mail or FAX, or at IRS option, sent via express mail (overnight delivery). The contractor must confirm receipt of each order within 2 hours of receipt. Contractor must make complete production and delivery within 10 workdays of notifications. CONTRACTOR TO NOTE: PARTIAL/STAGGERED SHIPMENTS WON'T BE ALLOWED WITHOUT PRIOR NOTIFICATION TO THE CONTRACTOR BY THE CO, NOT THE ORDERING AGENCY. PARTIAL BILLING ISN'T PERMITTED ON THE CONTRACT. PARTIAL SHIPMENTS WILL BE DECLARED DELINQUENT. The ship/deliver date indicated on the print order is the date products order for delivery f.o.b. destination must be delivered to the destination(s) specified. Unscheduled material such as shipping documents, receipts or instructions, delivery lists, labels, etc., will be furnished with each order or shortly thereafter. In the event such information isn't received in due time, the contractor won't be relieved of any responsibility in meeting the shipping schedule because of failure to request such information. SECTION 3- DETERMINATION OF AWARD The Govt. will determine the lowest bid by applying the prices offered in the "Schedule of Prices" to the following units of production which are the estimated requirements to produce one year's production under this contract. These units don't constitute, nor are they to be construed as, a guarantee of the volume of work which may be ordered for a like period of time. The following item designations correspond to those listed in the "Schedule of Prices". PRODUCTION OF ROLLS AND PAPER: I. 50 inch rolls (a) Format "D" 5,000 II. 50 inch rolls (a) Format "D" 5,000 SECTION 4- SCHEDULE OF PRICES Bids offered are f.o.b. destination to the 2 addresses identified in Section 2. Bidder must make an entry in each of the spaces provided. Bids submitted with blank spaces, or with any obliteration, revision, or alteration of the order and manner of submitting bids, may be declared non-responsive. An entry of NC (No Charge) shall be entered if bidder intends to furnish individual items at no charge to the Government. Bids submitted with NB (No Bid) or blank spaces for an item may be declared non-responsive. Prices must include the cost of all required materials and operations for each item listed in accordance with these specifications. The CO reserves the right to reject any offer that contains prices for individual items of production (whether or not such items are included in the Determination of Award) that are inconsistent or unrealistic in regard to other prices in the same offer or to GPO prices for the same operation if such action would be in the best interest of the Government. All vouchers submitted to the GPO shall be based on the most economical method of production. Bids for each "Format" shall be for the trim size listed as outlined in Section 2- Specifications. Cost of all required paper must be charged under Item II (a). I. PRODUCING ROLLS (cost for furnishing pallets must be included) (a) 50 inch rolls: 1. Format "D" tiny_mce_marker _______ II. PAPER: (a) 50 inch rolls: 1. Format "D" tiny_mce_marker _______ INSTRUCTIONS FOR BID SUBMISSION: Fill out "Section 4- Schedule of Prices," initialing or signing each page in the space(s) provided. Submit one copy of the "Schedule of Prices". Bidder_____________________________________________________________________________________ __________________________________________________________________________________________ (City - State) By________________________________________________________________________________________ (Signature and title of person authorized to sign this bid) __________________________________________________________________________________________ (Person to be contacted) (Telephone Number) My production facilities are located within the assumed area of production _______yes _______no NOTICE: Bidders OUTSIDE the assumed production area specified on page one of these specifications should complete the following information. 1. Proposed carrier(s) for pickup of Government Furnished Material.___________ a. Number of hours from acceptance of print order to pickup of Government Furnished Material..___________ b. Number of hours from pickup of Government Furnished Material to delivery at contractor's plant...__________ 2. Proposed carrier(s) for delivery of completed product ________________________________________ a. Number of hours from notification to carrier to pickup of completed product _____________ b. Number of hours from pickup of completed product to delivery at destination _____________ The provisions at FAR 52.212-1, Instructions to offerors - Commercial, apply to this acquisition. Offerors shall include a fully executed copy of FAR provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. FAR Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items apply to this acquisition. FAR Clauses 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities and 52.232-33, Payment of Electronic Funds Transfer - Central Contractor Registration. Offerors not in possession of the above referenced clauses and provisions in full text may obtain a copy via the internet at http://www.arnet.gov or by contacting the contract specialist. The Government intends to award a firm fixed price order. Award is anticipated under Simplified Acquisition procedures and will be based on lowest price. All responsible sources who can provide the above requirement shall submit a quote via email no later than August 5, 2011, 4:00PM eastern. All quotes must include payment terms, delivery time, a contact person (name & phone number), business size, and DUN's number (HUBZone status will be verified in the DOD Central Contractor Registration (CCR) database. All Treasury contractors are required to be registered in the CCR database prior to receipt of award. All questions shall be referred to Daniel Higgins, Contract Specialist, (202)283-6383.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/TIRNO-11-Q-00247/listing.html)
- Place of Performance
- Address: CPS-East, 985 Michigan Ave., Detroit, MI 48226, and, Ogden Campus & CPS-West, 112 North 700 West Building 4B, Ogden, UT 84404, United States
- Zip Code: 84404
- Zip Code: 84404
- Record
- SN02515152-W 20110731/110729234753-dccf3e9d5fedc1013dd284902d1a98dc (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 |