SOLICITATION NOTICE
75 -- Non-Standard Size Paper
- Notice Date
- 11/6/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 424110
— Printing and Writing Paper Merchant Wholesalers
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
- ZIP Code
- 28310
- Solicitation Number
- H92239-09-T-0005
- Archive Date
- 12/2/2008
- Point of Contact
- Rowena M Godaire,, Phone: 910-432-5262
- E-Mail Address
-
godairer@soc.mil
- Small Business Set-Aside
- Total Small Business
- Description
- SOLICITATION - 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 ONLY THE SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes must reference Request For Quotation number H92239-09-T-0005. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-16. The associated North American Industrial Classification System (NAICS) code for this procurement is 424110 with a small business size standard of 100 employees. This requirement is 100% set aside for small business. The U.S. Army Special Operations Command, Fort Bragg, North Carolina has a requirement for the following items: REQUIREMENT: CLIN 0001, 40 Skids of 13 X 18 60# Domtar Lynk Opaque 60,000 per skid, CLIN 0002, 40 Skids of 13 X 18.25 80# Glossy (Cover Stock)36,000 per skid. Destination shall be Fort Bragg, NC 28307. PARTIAL SHIPMENTS ARE NOT ACCEPTABLE. THE CUTOFF DATE AND TIME FOR RECEIPT OF QUOTES IS 17 November 2008, NLT 12:00 Noon. DELIVERY IS REQUESTED NOT LATER THAN 30 DAYS ARO. SOLICITATION PROVISIONS AND CONTRACT CLAUSES: The following Federal Acquisition Regulation (FAR) provisions and clauses are applicable to the acquisition: 52.252-1 Solicitation Provisions Incorporated By Reference; 52.212-1 Instructions to Offerors - Commercial Items; Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. 52.252-2 Clauses Incorporated By Reference; 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 (D) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.219-6 Notice Of Total Small Business Set-Aside. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Alt A Central Contractor Registration; 252.212-7001, Contract Terms and conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.204-7000. The following clauses under paragraph (b) of 252.212-7001 are amended to read: 252.225-7001, Buy American Act and Balance of Payment Program, 252.225-7007, Buy American Act-Trade Agreements-Balance of Payment Program, 252.225-7036, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program. 252.232-7003 Electronic Submission of Payment Requests. The full text of a clauses may be accessed electronically at farsite.hill.af.mil EVALUATION AND AWARD. FAR 52.212-2 Evaluation - Commercial Items; Award will be made to the responsible offeror whose quote conforms to this solicitation and is the Best Value to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) Technical acceptability, (2) Price, (3) Delivery, (4) Past performance. QUOTES SHALL INCLUDE: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include all line items and freight quote, if applicable. Offerors who do not submit clear specifications will be considered non-reponsive and may be eliminated from competition, (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Any amendments that may be issued will be published in the FedBizOpps, the same as this combined synopsis/solicitation. To be eligible for award, Company must be registered on Central Contractor Registration (CCR). If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov SUBMISSION OF QUESTIONS: Technical questions concerning this solicitation shall be submitted in writing to Rowena Godaire at godairer@soc.mil. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. QUOTES: Quotes shall be received at HQ USASOC ATTN: AOCO (MAJ Phelps), Building E-2929, Fort Bragg, North Carolina, 28310, not later than 12:00 noon, 17 November 2008. Electronic submissions will be accepted at godairer@soc.mil, however, due to the unreliability of e-mail, it is the offeror's responsibility to ensure receipt of electronic quotes prior to closing.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2f6809467a98678f4e36fdb2855213b6&tab=core&_cview=1)
- Place of Performance
- Address: US Army Special Operations Command, Fort Bragg, North Carolina, 28310, United States
- Zip Code: 28310
- Zip Code: 28310
- Record
- SN01701549-W 20081108/081106214700-2f6809467a98678f4e36fdb2855213b6 (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 |