Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2006 FBO #1510
SOLICITATION NOTICE

99 -- E-Flute Corrugated Boards

Notice Date
1/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
322211 — Corrugated and Solid Fiber Box Manufacturing
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3360, College Park, MD, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-06-R-0004
 
Response Due
2/15/2006
 
Archive Date
3/2/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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 NAMA-06-R-0004 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 ARCHIVAL E-FLUTE CORRUGATED BOARDS to be used for the manufacture of custom housings for records of the U.S. Federal Government at the National Archives and Records Administration (NARA) in Washington, D.C. and College Park, MD. A minimum of 3000 and a maximum of 6000 sheets of board per year may be purchased during a base period of one year on or about April 1, 2006 through April 30, 2007, plus four (4) one year option periods. 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 70 inches; sheet width shall be 60 inches. 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 to adhere each of the two (2) facing sheets to each side of the (1) fluted inner sheet. 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 free from blistering. Board must yield satisfactory results and be fully operational on a BoxMaker3 machine manufactured by Custom Manufacturing Incorporated (CMI) in 1998. The outside of each pallet shall be legibly marked with the following information: the NARA purchase 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 percent relative humidity (+/- 2 percent 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 of one (1) year and four (4) twelve-month option periods. Description: Boards, archival E-Flute corrugated sheet length of 70 inches; sheet width of 60 inches, in quantities of 500 boards per unit (1 pallet). Base year: CLIN No. 0001 April 1, 2006 through April 30, 2007, estimated minimum quantity 3,000, maximum quantity 6,000 board per year. Option Year I: CLIN No. 0002, April 1, 2007 through April 30, 2008, estimated minimum quantity 3,000, maximum quantity 6,000 per year. Option Year II, CLIN No. 0003, April 1, 2008 through April 30, 2009, estimated minimum quantity 3,000, maximum quantity 6,000 per year. Option Year III: CLIN No. 0004, April 1, 2009 through April 30, 2010, estimated minimum quantity 3,000, maximum quantity 6,000 per year. Option Year IV, CLIN No. 0005, April 1, 2010 through April 30, 2011, estimated minimum quantity 3,000, maximum quantity 6,000 per year. Offerors are required to submit a sample board with their proposal. Delivery is required within 90 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, College Park, MD. 20740-6001. Proposals for the items described above are due by 4:30 p.m. E.S.T. February 15, 2006 and may be mailed to, ATTN: Ms. Santo Plater, 8601 Adelphi Road, Room 3340 College Park, MD. 20740-6001, or faxed to (301) 831-3229. Proposals must include solicitation number, FOB and discount/payment terms, warranty 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 (Jan 05). 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 (Mar 05) may be obtained via the Internet at URL:http//farsite.hill. FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 04) is applicable. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (April 05) is applicable and the following identified clauses are incorporated by reference: 52.216-18 entitled Ordering (Oct 95) 52.216 ?19 entitled Order Limitation (Oct 95) 52.216-22 entitled Indefinite Quantity (Oct 95), 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; (b) 60 days, 52.222-26 entitled Equal Opportunity (April 02), 52.225-1 entitled Buy American Act ? Balance of Payment Program ? Supplies (Jun 03) and 52.232-34 entitled Electronic Funds Transfer ? Other than Central Contractor Registration (May 99) and 52.233-3 Protest After Award. Questions regarding this acquisition must be submitted in writing to Santo Plater, Email Santo.Plater@Nara.gov no later than 4:30 p.m. E.S.T. February 8, 2006 Selection and award: The proposed contract award will be based on a best value competitive source selection wherein the Government is more concerned with obtaining superior technical performance or reduced risk than in making an award at the lowest overall cost to the Government. Technical acceptability will be determined from the information submitted by the offerors providing a description in sufficient detail, and a sample, to show that the products proposed meet the Government?s requirement. It is critical that the offerors provide adequate detail to allow evaluation of their proposals. Offerors will be responsible for downloading their own copy of this combined synopsis/solicitation and amendments (if any). *****
 
Place of Performance
Address: National Archives & Records Administration, 8601 Adelphi Road, College Park, Maryland
Zip Code: 20740
Country: US
 
Record
SN00965961-W 20060114/060112214043 (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.