|
COMMERCE BUSINESS DAILY ISSUE OF MAY 28,1997 PSA#1854Social Security Administration, Office of Acquisition and Grants, 1710
Gwynn Oak Avenue, Baltimore, Md. 21207-0696 75 -- ACQUISITION OF ROLLED PAPER SOL SSA-RFQ-97-3100 DUE 060297 POC
Christine Nagengast Tel: (410) 965-9520 WEB: Social Security
Administration, http://www.ssa.gov/oag/oag1.htm.. INTRODUCTION: The
Social Security Administration is interested in receiving quotations on
rolled paper. This is a combined synopsis/request for quotation for
commercial services prepared in accordance with FAR Subpart 12.6, as
supplemented with additional information included in this notice. This
is the only announcement; quotations are being requested and a written
request for quotation will not be issued. This is a simplified
acquisition, 100% small business set aside, issued as a request for
quotation (RFQ), number SSA-RFQ-97-3100. Quotations submitted from
other than small businesses will be rejected. All responsible small
business sources may submit a quotation which shall be considered by
the agency. The standard industrial classification (SIC) code for this
acquisition is 2621. The small business size standard is 750
employees. This request for quotation and incorporated provisions and
clauses are those in effect through Acquisition Circular 90-46.
Quotations in response to this RFQ shall be submitted by Monday, June
2, 1997, 3:00 p.m. Eastern Standard Time, addressed to the Social
Security Administration, Office of Acquisition and Grants, Attn:
Christine Nagengast, 1710 Gwynn Oak Avenue, Baltimore, Maryland, 21207,
or faxed to (410) 966-9310. REQUIREMENT: Three hundred and twenty four
(324) 50-inch diameter rolls of 11-inch wide paper to be used on a
Roll Systems Incorporated (RSI) unwinder. The paper must have a minimum
weight of 18 lbs. The paper must be 11 inches wide and perforated at
8.5-inch intervals. The paper must have pinfeed holes at the sides (not
factored into the 11-inch width) and wound on six-inch cores. Rolls
must be spiceless and all wound in the same direction. The contractor
will be responsible for replacing any roll that cannot be used within
10 inches of the core or for which the core does not function properly
at no additional charge to the Government. The rolls must be packaged
three to a pallet, paper or shrink wrapped, and secured to the pallet
with 1/2-inch wide nylon strapping. The pallets must have dimensions
of 36 inches x 52 inches x 5.25 inches high, with stops at the rear of
each pallet to prevent dropping of the rolls during loading onto the
carts. Pallets must accommodate a standard pallet jack lifting
mechanism with forks measuring 42" long x 4" wide x 1.75" high.
Delivery shall occur in two equal shipments approximately 90 days
apart. One half of the shipment (162 rolls) shall be delivered by July
1, 1997; the balance (162 rolls) shall be delivered by October 1,
1997. Each pallet must be clearly marked with both the FSN
7530-00-000-0463 and the ICN 668540. Both shipments shall be delivered
to the Social Security Administration's Middle River Warehouse in
Baltimore, Maryland 21220. The following provisions at FAR 52.212-1,
Instruction to Offerors -- Commercial Items, (tailored) apply to this
acquisition: (b)(1) -- (b)(9), (b)(11), (c), and (g). There are no
addendums to these provisions. The provisions at FAR Part 52.212-2,
Evaluation -- Commercial Items (tailored) apply to this acquisition:
(a) and (c). The government will award a contract resulting from this
request for quotation to the responsible offer or whose offer
conforming to the quotation will be most advantageous to the Government
price and other factors considered. The following factors shall be used
to evaluate offers: technical capability of the item offered to meet
the Government's requirement as described above (see FAR 52.212-
1(a)(4)) and price. A written notice of award or acceptance of an offer
mailed or otherwise furnished to the successful offeror within the time
for acceptance specified in the offer, shall result in a binding
contract without further action by either party. Before the offer's
specified expiration time, the Government may accept an offer or part
of an offer), whether or not there are negotiations after its receipt,
unless a written notice of withdrawal is received before award.
Offerors are advised to include a completed copy of the provisions FAR
Part 52.212-3, Offeror Representations and Certifications --
Commercial Items, with their offer. The provisions at FAR Part
52.212-4, Contract Terms and Conditions -- Commercial Items apply to
this acquisition. There are no addendums to these provision. The
following provisions at FAR Part 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items (tailored) apply to this acquisition: (a)(1), (a)(2),
and (b)(6) through (b)(11). The Federal Acquisition Regulation (FAR)
provisions, parts 52.212-1 through 52.212-5 are available for
downloading in electronic form from the SSA Acquisition Data and
Information Exchange Bulletin Board System under file name R973100. For
access, dial (410) 966-4889 within the Baltimore, MD area or
1-800-SSA-SHELL for other access. Set your modem to 8 data bits, no
parity, 1 stop bit (8-N-1), full duplex and VT-100 or ANSI terminal
emulation. Further instructions are available on line. For technical
assistance, call the SYSOP at (410) 965-8086. The provisions can also
be downloaded from SSA's Acquisition Information Home Page at
http://www.ssa.gov/oag/oag1.htm. (0142) Loren Data Corp. http://www.ld.com (SYN# 0301 19970528\75-0001.SOL)
75 - Office Supplies and Devices Index Page
|
|