|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 2,1998 PSA#2213Office of Acquisition and Grants, 1710 GWYNN OAK AVENUE, BALTIM= ORE,
MD, 21207-5279 99 -- 50" DIAMETER ROLLS OF 11 INCH WIDE PAPER SOL SSA-RFQ-99-3709 DUE
111698 POC KATHLEEN SPANGLER, 410-965-9511 WEB: Download Solicitation
when/if available, http://www.ssa.gov/oag. E-MAIL: Contracting Officer,
SSA/OAG, KATHLEEN.SPANGLER@ssa.gov. 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; quotations are being requested and a written
solicitation will not be issued. This is a simplified acquisition, 100%
small business set-aside, issued as a request for quotation (RFQ),
number SSA-RFQ-99-3709. This request for quotation and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-08. All responsible small business sources may submit an
offer which shall be considered by the agency. The standard industrial
classification code (SIC), for this acquisition is 2621. The small
business size standard is 750 employees. REQUIREMENT: Three hundred and
twenty four (324) 50-inch diameter rolls of 11-inch wide paper, white,
form bond, perforated at 8 =BD inch intervals, to be used on a Roll
Systems Incorporated (RSI) unwinder.The paper must have a minimum
weight of 20 lbs. with at least 20% post- consumer recovered material.
The paper must have pinfeed holes at the sides (not factored into the
11-inch width) and be wound on six-inch cores. Rolls must be
spliceless and all rolls 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 =BD- 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. Each
pallet must be clearly marked with both the national stock number (NSN)
7530-00-000-0463, inventory control number (ICN) 668540 and the
purchase order number. The items shall be delivered F.O.B. destination
to the Social Security Administration's Middle River Warehouse in
Baltimore, Maryland 21220. Delivery of all shipments shall be made
between the hours of 8:00 A.M and 3:00 P.M., Monday through Friday,
excluding Saturday, Sunday and all Federal holidays. No supplies shall
be provided beyond the quantities specified in the written order
unless or until a modification is issued by the contracting officer.
FAR Clause 52.212-1, "Instructions to Offerors -- Commercial Items" is
incorporated by reference on page 1 of the Solicitation/Contract Order
for Commercial Items, Form SF- 1449. There are no addendums to these
provisions. The provisions at FAR Part 52.212-2, Evaluation --
Commercial Items apply to this acquisition. The Government will award
a contract resulting from this request for quotation to the responsible
offeror whose offer conforming to the solicitation will be most
advantageous to the Government, price and other factors considered. To
be considered for award under this solicitation, offerors must offer
a firm, fixed unit and total price for the required line item.
EVALUATION CRITERIA: The offers will be evaluated to assess compliance
with the specification set forth in this solicitation and to determine
the reasonableness of the offered pricing . AWARD IN AGGREGATE: The
award of any contract as a result of this solicitation will be made in
the aggregate. The total evaluated price will be based on the unit
price multiplied by the estimated quantity. In event of a tie, award
will be made to the vendor offering the greatest percentage of
recovered materials. The offeror must certify what the percentage of
total material utilized in the makup of this item, is recovered
materials. 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 quote, shall result in a binding contract
without further action by either party. Offerors are advised to include
a completed copy of the provision at FAR Part 52.212-3 Offeror
Representations and Certifications -- Commercial Items, with their
quote. Th provisions at FAR Part 52.212-4, Contract Terms and Condition
-- Commercial Items apply to this acquisition. There are no addendums
to these provisions. The following provisions at FAR Part 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders -Commercial Items apply to this acquisition: (a) (1),
(a) (2), and (b) (1), (3) and (7) through (10) and (12). Offers in
response to the RFQ shall be submitted by November 16, 1998, 3:00 P.M.
Eastern Standard Time, addressed to the Social Security
Administration, Office of Acquisition and Grants, Attn: Kathleen
Spangler, 1710 Gwynn Oak Avenue, Baltimore, Maryland 21207. Posted
10/29/98 (D-SN266681). (0302) Loren Data Corp. http://www.ld.com (SYN# 0299 19981102\99-0004.SOL)
99 - Miscellaneous Index Page
|
|