Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2007 FBO #2067
SOLICITATION NOTICE

75 -- Single and Double Window Envelopes

Notice Date
7/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
322232 — Envelope Manufacturing
 
Contracting Office
Department of the Treasury, Financial Management Service (FMS), Acquisition Management Division, 401 14th Street, S.W., Room 454D, Washington, DC, 20227, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FMS-HQ-07-Q-0034
 
Response Due
8/7/2007
 
Archive Date
8/22/2007
 
Small Business Set-Aside
Total Small Business
 
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; 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-07-Q-0034 is issued as a Request for Quote (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-18, dated July 5, 2007. This is a 100 small business set-aside reserved exclusively for small business concerns. The North American Industry Classification System (NAICS) code and small business size standard for this procurement are 322232 and 500 employees, respectively. 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.acqnet.gov. (1) This requirement consists of two contract line item numbers (CLINs). (2) Product description: Single and double window envelopes for use on a Gunther Model Number MS3040 for delivery in the quantities indicated in CLIN 0001 and 0002. All envelopes shall conform to the design furnished in Attachments 1 through 3. CLIN 0001: White Double Window Envelopes #10, 24 lb white wove paper, 4-1/8" x 9-1/2" OSDS, open diagonal seam, Upper window size: 1-1/4" x 3". Upper position of window: 1/2" from left and 2-1/2" from bottom, Lower window position: 1" from left and 5/8" from bottom. Special back flap requires a 1-3/4" flap. Postage permit shall be printed in black ink. Security Tint on inside of envelopes. Quantity: 690,000. See Attachment 1 for double-window envelope design. CLIN 0002: White Single Window Envelopes #10, 24 lb white wove paper, Single window 4-3/8" x 1-1/2" window located 13/16" from left, 1/2" from bottom. Special back flap requires a 1-3/4" flap. Envelopes shall have security tint on inside of envelopes. Return address shall be printed in black ink with Postage Permit. Quantity: 340,000. Return address shall read: Department of the Treasury Financial Management Service Regional Financial Center P. O. Box 51318 Philadelphia, PA 19115-6318 See Attachment 2 for single-window envelope design. Attachment 3 rear envelope design applies to both CLINS 0001 and 0002. (3) DELIVERY LOCATION: Address for delivery location is: Philadelphia Financial Center (PFC), 13000 Townsend Road, Philadelphia, PA 19154. (4) MARKING, DELIVERY AND SHIPPING REQUIREMENTS: MARKING: Each package shall be marked for: M/F Product ID as Single or Double Window Envelope. DELIVERY: 60 days from date of purchase order award. Contact FMS Point of Contact (POC): Nancy Mendez at (215) 516-8037 to arrange for access onto facility. SHIPPING: Products shall be shipped commercially, FOB Destination. (5) TESTING: Contractor shall self certify the supplies offered are of the quality specified and conform to all aspects with the design in Attachments 1 through 3; and physical item description indicated in CLINs 0001 and 0002. (6) The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this solicitation. Addendum to 52.212-1 is 52.223-4 Recovered Material Certification. (7) The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation. The following text is added to Paragraph (a) of FAR 52.212-2; (i) technical capability of the item offered to meet the need of the Treasury; (ii) price; and (iii) past performance. A firm-fixed price purchase order will be awarded to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Treasury. (8) Additional guidance on price is provided under provision 52.212-1 section (g). (9) The provision at 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this solicitation. A copy of the provision may be attained from http://www.acqnet.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. (10) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. (11) 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; 52.219-6 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; 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Free Trade Agreements?Israeli Trade Act, Alt I; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. To be awarded this purchase order, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. Window envelope designs are attachments 1, 2, and 3. (12) Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (13) Numbered Note 1 applies. (14) Quotes are due by 3:00 pm local time, August 7, 2007. Faxing or emailing written quote is acceptable. The assigned contract specialist is Cheryl Rice at cheryl.rice@fms.treas.gov.
 
Record
SN01349868-W 20070725/070723224606 (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.