Federal Bid

Last Updated on 01 May 2019 at 8 AM
Combined Synopsis/Solicitation
Springfield Virginia

Watermarked Paper

Solicitation ID D-19-SI-0137
Posted Date 10 Apr 2019 at 1 PM
Archive Date 01 May 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Headquaters
Agency Department Of Justice
Location Springfield Virginia United states 22152

FBO Solicitation for D-19-SI-0137

1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 13.5 "commercial test program", 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. The solicitation number is D-19-SI-0137 and is being issued as a request for quotation (RFQ).

2) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-101.

3) This is a full & open solicitation. The NAICS is 322299 with a Size Standard of 500 employees.

4) Requirement:
The DEA Form 222 is used to order controlled substances from suppliers. The security of the DEA Form 222 is critical and limiting access to the paper used to print the DEA Form 222 is a large part of the security effort. It is necessary to limit the chain of custody of the paper thereby limiting opportunities for theft of the paper or intellectual property used in the creation of the paper. We ask that the paper mill have a high security facility with controlled access. A custom dandy is used to imprint the paper with a watermark unique to DEA. The mill should be able to create the dandy on site. Trimming of the paper to the desired size is to be performed by the mill. Using a paper mill which can control the custody of the paper from start to completion helps prevent the counterfeiting of DEA Form 222 and the diversion of controlled substances.
The specifications for the 3 million sheets of paper needed for the new DEA Form 222.

We would like to have a base year for 3 million 8.5"x11" sheets and 4 option years.
• Mill must be in the US and have the following:
o High Security with Fencing and controlled access
o Custom Dandy watermark workshop for in-house creation of custom Dandy
o Dandy will be the property of the DEA and cannot be used without consent from the DEA
• Physical Intrusion Risk
o Total site perimeter fencing
o Employee and visitor identification badges required
o Alarmed vehicle and pedestrian access points
o Visitor identification validation
o 24/7 contracted security service personnel
o Continuous access and secured area camera surveillance
o Exterior lighting
o Internal high-security restricted access zones
• Personnel Risk
o New employee background checks
o High security employee background screening
o Pre-employment and random drug/alcohol screening
o Photograph identification
• Secured on-site manufacture of custom watermarks covers:
o Dandy Roll Workshop has very limited access.
o Any nonpre-approved personal must be escorted at all times
o Internal vault within the workshop secures all work materials, IP and work in progress.
o Finished product documented tracking from raw materials through shipment
o Sealed/locked finished product transportation provided as required
• Paper specifications:
o Product: 24# Custom Water Mark Sheeted w/ TFII
o Toner Fuse II
o Invisible Fibers (Yellow/Green)
o Invisible Fibers (White/Blue)
o Visible Fibers (Red/Blue)
o 5-Stain Chemical Sensitivity
o UV Dull
• Sheet Size specifications:
o 8.5"x11"
o Sheets cannot be more than -.015 (1/64") undersized from target, or more than +.03 (1/32") oversized from target.
o Out of Square Defect variation from square must not exceed +/- 0.03 inches as measured by the method outlined in API test method 10020.04.
o Out of Jog Defect can be no more than +/- 1/32 (.0312) from the furthest to innermost sheets in a ream.
• Water mark will be the 2.06" x 1.86"
• Watermark will be oriented as above when paper is viewed in landmark orientation
• Watermark will be equally distributed throughout paper with each 8.5" x 11" sheet having a minimum of 8 complete watermarks
• Packaged per ream and 5000 sheets per carton
• Paper will be delivered to the DEA within 90 days of contract execution to the following address:
DEA
Office of Information Systems SID
8701 Morrissette Dr.
Springfield VA, 22152

5) This requirement will be awarded as a Firm Fixed Priced purchase order. Pricing must be fixed price for the entirety of order.

6) Quotes will be evaluated according to FAR 52.212-2 Evaluation: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, under a Lowest Priced Technically Past Performance Acceptable basis. Award will be made to a firm that offers the lowest total cost to the Government for the entire requirement after a pass/fail evaluation of the contractors' provided technical submittals meeting or exceeding the technical factors listed below, past performance and price.

Evaluation Factors:
- Factor #1: Technical capability The government will evaluate the offerors capability to meet ALL of the requirements specified in #4.
- Factor #2: Past performance
- Factor #3: Price

7) Quotes are due NLT 3:00 PM Eastern Time (United States), on 16 April 2019. Email quotes to [email protected]. Questions are due NLT 15 March 2019 by 10:00 AM Eastern Time and must be submitted in writing via email to [email protected]. Questions will not be answered via telephone. Questions that occur after the cut off, but are considered to be significant to the requirement, will be accepted and discussed only with those vendors that have submitted a quote. All quotes must include the following information:

Company name; mailing address; physical address; point of contact(s); telephone number, email address, Federal Tax Identification Number, CAGE code, NAICS code, and must be registered in Systems for Award Management (www.SAMS.gov) to be considered for this requirement.

8) The following provisions and clauses are applicable to this solicitation:
a. The provisions at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. See attached applicable clauses for quote instructions.
b. Offers should include a complete copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. See applicable clauses.
c. The clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. See attached clauses.
d. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition.
e. The clause 52.217-8, Option to Extend Services

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 52 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days.
f. 52.217-9 Option to Extend the Term of the Contract.
As prescribed in 17.208(g), insert a clause substantially the same as the following:
Option to Extend the Term of the Contract (Mar 2000)
1. (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
2. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
3. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years.
9) Award may be made without discussions and all information should be apparent in the quote. Incomplete quotes may be rejected and may not be considered.

Bid Protests Not Available

Similar Past Bids

Location Unknown 22 Mar 2019 at 10 PM
Location Unknown 27 Jun 2008 at 5 PM
Location Unknown 03 Jul 2013 at 6 PM
Florida 26 Feb 2021 at 5 PM
Location Unknown 29 Jun 2018 at 8 PM

Similar Opportunities

Natick Massachusetts 16 Jul 2025 at 4 PM
North east Maryland 15 Jul 2025 at 4 AM (estimated)
Laurel Maryland 30 Aug 2025 at 4 AM (estimated)
Philadelphia Pennsylvania 09 Jul 2025 at 4 AM (estimated)
Richland Washington 09 Jul 2025 at 11 PM