Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 27,2000 PSA#2651

National Archives and Records Administration, Acquisitions Services Division (NAA), 8601 Adelphi Road, Room 3360, College Park, MD 20740-6001

81 -- E-FLUTE CORRUGATED BOARDS SOL NAMA-00-R-0013 DUE 080100 POC Contract Specialist Joyce Herbert (301)713-6755ext,229, Contracting Officer, Michael Zeleny (301) 713-6755ext. 227 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is NAMAOOR0013 and is issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. This acquisition is set aside 100% for small business. The SIC code and the small business size standard for this procurement are 2653 and 500 employees, respectively. All qualified responsible business sources may submit a proposal, which shall be considered by the agency. This requirement is for a minimum of 600 and a maximum of 6000 sheets per year of archival corrugated E-Flute Boards to be used for an automated, custom archival housings program for the records at the NationalArchives and Records Administration (NARA) in College Park, MD. REQUIREMENTS. Boards shall be made from corrugated paperboard with single wall construction and type "E" fluting that runs parallel with the length of the board. Sheet length shall be 92 in. (+/- 4 in.). Sheet width shall be of 56 in. (+/- 4 in.). Board shall be made from cotton or linen pulp, fully bleached chemical wood pulp, or a mixture. Board shall be free of groundwood (ASTM D1030, X 5 Spot Stains and TAPPI T-236cm-85), alum-rosin sizing (ASTM D549-88), particles of metal, waxes, plasticizers (i.e., wet strength additives), plastics, and shall contain less than 0.0008 % reducible sulfur (TAPPI T-406om-88). Surfaces shall be free of knots, shives, and abrasive particles. Alkaline sizing (surface internal, or both) shall be used (ASTM D4988-89). Board shall have a minimum of 3% calcium carbonate, magnesium carbonate, or a combination of both evenly distributed throughout all plies and layers (ASTM D4988-89). The pH value of the board shall be between 8.0 and 10.0 (TAPPI T-509OM-88). To demonstrate the adequacy of lignin removal, all plies and layers of the board shall give a negative reading to the phloroglucinol test (ASTM D1030) or shall have a Kappa number of 5 or less (TAPPI T-236cm-85). Dyes used to color the board shall show no bleeding when soaked in distilled water for 48 hours while held in direct contact with white bond paper. 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 (TAPPI T-452om-87). Stable adhesive shall be used when adhering the board facings to each side of the fluted inner sheet and together if facings are plied). When aged in an oven at 50 degrees centigrade and 87% relative humidity, the adhesive used shall not soften or run, but shall hold the components of the corrugated board firmly together. Properties of the adhesive shall not detract from the properties of the board. Adhesive shall not be visible through or alter the color of the board. If necessary to buffer the adhesive, the same buffer as in the board shall be used. Each board shall be constructed in accordance with good commercial practice, and shall be free of imperfections that may affect its utility or aesthetic appearance. Each board shall be made to the dimensions specified. The plane of the boards shall be flat and shall show no warping, twisting, buckling, or other distortion. The fluted inner sheet shall not be compressed on the surface or at the edges. The boards shall contain no surface dirt (smudges, fingerprints, and the like) and no oozed adhesive and shall not be marred (dents, bumps, and the like) in any way. The adhesive shall be uniformly applied to all surfaces to provide a firm, even attachment of all components. Board must be acceptable for use in NARA's Box Maker III machine, Model No.3 that is manufactured by Custom Manufacturing Incorporated (CMI). The outside of each pallet shall be legibly marked with the following information: thepurchase order number and the type, size, and number of boards packed on the pallet. QUALITY ASSURANCE PROVISIONS. Tests, procedures, and controls cited above in the section titled REQUIREMENTS shall be used to determine the quality of the product. All other tests, procedures, and controls must be approved by the National Archives before test results will be accepted. Tests shall be performed at and the samples conditioned to standard conditions of 73 degrees Fahrenheit (+/- 3.5 degrees F.) and 50% relative humidity (+/- 2% RH.) (TAPPI T-402om-88). Requirements for the paperboard quality and characteristics shall be tested in accordance with specified test methods of the American Society for Testing and Materials (ASTM), 1916 Race Street, Philadelphia, PA 19103, and the Technical Association of the Pulp and Paper Industry (TAPPI), 1 Dunwoody Park, Atlanta, GA 30348. Unless otherwise specified in the purchase order, the supplier may use his or her own facilities or any commercial laboratory acceptable to the National Archives. Supplier is responsible for the performance of all test requirements specified herein. Supplier may use his or her own facilities or any commercial laboratory acceptable to the National Archives. The National Archives reserves the right to perform any of the tests set forth in the specification where deemed necessary to assure that supplies and services conform to prescribed requirements. INSPECTION: Examination of samples shall be made to determine whether the board complies with all specified criteria and the board shall be regarded as unacceptable if it fails to perform the requirements specified herein. The National Archives reserves the right to perform any of the inspections set forth in the specification where deemed necessary to assure that supplies and services conform to prescribed requirements. Sampling of the board shall be carried out according to methods specified in "Sampling Procedures and Tables for Inspection by Attributes," MIL-STD-105E, issued Jan. 2, 1990 and available from Naval Publications and Forms Center; Standardization Document Order Dept., Bldg. 4, Sect. D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Board shall be selected for examination according to MIL-STD-105E at inspection level S-2 with an acceptable quality level of 4.0 % defective from each lot of material offered. The period of performance will be for a base period and four (4) twelve-month option periods. The base period will begin on or about 01 Sep 00 and will continue until 31 Aug 01. CLIN 0001 (01/Sep/00 through 31 Aug/01) Boards, E-Flute corrugated, sheet length of 92 in. (+/- 4 in.) and sheet width of 56 in. (+/- 4 in.), in quantities of 600 per order. Qty. 1 Lot. CLIN 0101 (01 Sep 01 through 31 Aug 02) Boards, E-Flute corrugated, sheet length of 92 in. (+/- 4 in.) and sheet width of 56 in. (+/- 4 in.), in quantities of 600 per order. Qty. 1 Lot. CLIN 0201 (01 Sep 02 through 31 Aug 03 Boards, E-Flute corrugated, sheet length of 92 in. (+/- 4 in.) and sheet width of 56 in. (+/- 4 in.), in quantities of 600 per order. Qty. 1 Lot. CLIN 0301 (01 Sep 03 through 31 Aug 04 Boards, E-Flute corrugated sheet length of 92 in. (+/- 4 in.) and sheet width of 56 in. (+/- 4 in.), in quantities of 600 per order. Qty. 1 Lot. CLIN 0401 (01 Sep 04 through 31 Aug 05) Boards, E-Flute corrugated, sheet length of 92 in. (+/- 4 in.) and sheet width of 56 in. (+/- 4 in.), in quantities of 600 per order. Qty. 1 Lot. The total anticipated minimum requirement; to include the base and four option years is 3,000 E-Flute boards. Offerors are required to submit a sample board with their proposal. Delivery is required within 60 calendar days after receipt of an order from NARA personnel. The names of those persons authorized to place orders against the resultant contract will be provided, in writing, at the time of award. Delivery will be to the National Archives and Records Administration loading dock, 3301 Metzerott Road, Room 1720, College Park, MD. 20740-6001. Proposals for the items described above are due by 4:30 p.m. E.S.T.(01/08/00) and may be mailed to, ATTN: Ms. Joyce Herbert, 8601 Adelphi Road, College Park, MD. 20740-6001, or faxed to (301) 713-6910. Proposals must include solicitation number, FOB Dest. and discount/payment terms, and duration, identification of any special commercial terms, shipping and handling procedures, and must be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 Instructions to Offerors -- Commercial Items (Mar 00). If the end product(s) proposed is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-2, Evaluation -- Commercial Items (Jan 99) is applicable, with the following addendum: The following factors shall be used to evaluate proposals: Technical Capability and price. The Representations and Certifications required by FAR 52.212-3 entitled Offeror's Representations and Certifications -- Commercial Items (Feb 00) may be obtained via the Internet at URL:http//farsite.hill. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (May 99) is applicable. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jul 00) is applicable and the following identified clauses are incorporated by reference: 52.216-18 entitled Ordering (Oct 95) (a) 01 Sept. 00 through 31 Aug 05. 52.216 -19 entitled Order Limitation (Oct 95) (a) minimum order: 600 boards; (b) maximum order: (1) 6000 boards per year (2) 6000 boards per year (3) 15, (d) 15, 52.216-22 entitled Indefinite Quantity (Oct 95) (d) 30 Sep 04, 52.217-5 Evaluation of Options (Jul 90), 52.217-9 entitled Option to extend the term of the contract (Mar 00) (a) 30 days; 60 days, (c) 01 Sep 00, (this date is dependent on the contract start date) 52.222-26 entitled Equal Opportunity (Feb 99), 52.225-1 entitled Buy American Act -- Balance of Payment Program -- Supplies (Feb 00) and 52.232-34 entitled Electronic Funds Transfer -- Other than Central Contractor Registration (May 99). Questions regarding this acquisition must be submitted in writing no later than 4:30 p.m. E.S.T. 31 Jul 00 Selection and award will be made (on an aggregate basis) to the lowest priced, technically acceptable offeror. Technical acceptability will be determined from the information submitted by the offeror providing a description in sufficient detail, and an adequate sample, to show that the product proposed meets the Government's requirement. It is critical that offerors provide adequate detail to allow evaluation of their proposals (see FAR 52.212-1(b)). Offerors will be responsible for downloading their own copy of this combined synopsis/solicitation and amendments (if any).***** Posted 07/24/00 (W-SN478010). (0206)

Loren Data Corp. http://www.ld.com (SYN# 0633 20000727\81-0001.SOL)

81 - Containers, Packaging and Packing Supplies Index  |  Issue Index |


Created on July 25, 2000 by Loren Data Corp. -- info@ld.com