DOCUMENT
44 -- Thermal Oxidizer - Amendment 1
- Notice Date
- 12/22/2008
- Notice Type
- Amendment 1
- NAICS
- 333411
— Air Purification Equipment Manufacturing
- Contracting Office
- Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Acquisition, BUREAU OF ENGRAVING & PRINTINGOFFICE OF ACQUISITION14TH & C STREET, SWWASHINGTONDC20228
- ZIP Code
- 20228
- Solicitation Number
- RFP-09-0006
- Response Due
- 11/25/2008
- Archive Date
- 12/25/2008
- Point of Contact
- Donald I Baron,, Phone: (202)874-3143, Prashanth A Kallat,, Phone: (202)874-3251
- E-Mail Address
-
Donald.Baron@bep.treas.gov, prashanth.kallat@bep.treas.gov
- Small Business Set-Aside
- Total Small Business
- Description
- In keeping with our ISO 14000 certification, the Bureau of Engraving and Printing (BEP) Western Currency Facility (WCF), located at 9000 Blue Mound Road, Fort Worth, TX 76131-3304 has need for a new Regenerative Thermal Oxidizer (RTO). The BEP is now issuing this Request for Quotation. Offerors must submit 1 signed original and 3 copies of their quotations with one electronic copy on CD to Donald Baron, Contract Specialist, Bureau of Engraving and Printing, Office of Acquisitions, Room 705-A, 14th and C Sts. SW., Washington, DC 20228 by close of business on January 15, 2009. All pricing will be contained in a Section B of the proposal. It is strongly recommended that all offerors attend the site visit to be held at 2:00 PM on Wednesday January 7, 2009 at the WCF. It is suggested that you arrive 30 minutes early in order to clear Security. Attendees must register via e-mail to donald.baron@bep.treas.gov no later than 12 noon on Tuesday, January 6, 2009. Quotations shall include, at a minimum: • Product description and literature for the RTO and Control Structure. • Explanation of how product best meets the BEP Statement of Need. • Pre-installation guide. • Estimated energy costs. • Spare parts specifications with commercial availability. • Warranties • List of Key Employees with resumes. • Three (minimum) references • Completion of FAR 52.212 Representations and Certifications (See Attachment III) BASIS FOR CONTRACT AWARD The BEP intends to select the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The offeror's proposal must conform to all solicitation requirements including the completion of Attachment III, FAR 52.212 Representations and Certifications to be considered for award. In evaluating and selecting offerors for award, the Government may award the contract to a higher-rated, higher-priced offeror where the decision is consistent with the evaluation factors contained in the RFQ. The Government intends to award one prime contract under this solicitation. However, the Government reserves the right to award no contract at all, depending on the quality of the proposals submitted, availability of funds and stability of requirements. 1. NON-PRICE EVALUATION FACTORS The non-price factors that will be used to evaluate offeror proposals are listed below. The non-price factors, when combined, are significantly more important than the price factor. They are listed in descending order of importance. The relative order of importance of the non-price factors are as follows: The Technical Approach factor is more important than the Management Approach factor. The Management Approach factor is more important than Past Performance Factor. As part of the assessment of the non-price factors, the Government will evaluate proposal confidence. Proposal confidence considers the level of confidence the government has in the offeror's proposed approach to achieve contract cost, schedule and performance objectives. 1.1. TECHNICAL APPROACH The BEP will evaluate the soundness, credibility, quality and affordability of the offeror's approach for execution of the project including expected energy consumption for running the system as described in the Statement of Need. 2.1 MANAGEMENT APPROACH The BEP will evaluate the project plan, delivery, project timetable, and pre-installation guide to be included with proposal. The resumes of Key Project Managers will be evaluated in order to determine the skill level of the proposed team in satisfying the project requirement. The key personnel are, at a minimum, Project Manager, Field Engineer, and in-house Customer Service Account Manager. Commercial availability of spare parts, as well as coverage detail of warranties will also be considered. These evaluations will ascertain how efficiently the Statement of Need can be satisfied using high quality supplies and services that will meet all regulatory requirements. 3.1 PAST PERFORMANCE The BEP will evaluate past performance of the offeror previous and current "relevant" contract efforts. "Relevant" is defined as government or commercial contracts of similar size or scope. With regard to past performance, the term "offeror" includes the prime contractor, subcontractors and/or teammates. In evaluating past performance, the government reserves to the right to not only assess past performance data provided by the offerors, but also any other relevant information gathered from other sources. Offerors will supply the BEP with at least three references of comparable size or scope for evaluation as part of their proposal. The Government's evaluation of Past Performance will include an assessment, as applicable, of the offeror's record of performance on relevant efforts in the following areas: product performance, meeting of expectations, delivery, installation, product support, service support and parts availability. 4.1 PRICING Price will be assessed for Completeness, Reasonableness and Affordability. Price will not be given a specific rating, but will be evaluated to determine whether the offer is fair and reasonable.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ecaab0bb1ae0c1cf7f625d487f388748&tab=core&_cview=1)
- Document(s)
- Amendment 1
- File Name: Section B - Pricing Information (Thermox Section B final 121908.doc)
- Link: https://www.fbo.gov//utils/view?id=096c9b2d0019eac0737bd6ea7524fba6
- Bytes: 27.50 Kb
- File Name: Statement of Need (ThermOx 2 SON Final-121908.doc)
- Link: https://www.fbo.gov//utils/view?id=1611458be54e5bd46340fe1c4687e529
- Bytes: 74.50 Kb
- File Name: Attachment 1 - Sampling (img-Z19145546-0001.pdf)
- Link: https://www.fbo.gov//utils/view?id=88f4bd20b58893e53ea7ebe52c7fbe1e
- Bytes: 61.42 Kb
- File Name: Attachment 1 - Sampling data (img-Z19145546-0001.pdf)
- Link: https://www.fbo.gov//utils/view?id=c22e49ff4e8d81bb203a4a916cbb3505
- Bytes: 61.42 Kb
- File Name: FAR 52.212 - Terms and Conditions (Thermox 52.212 final.doc)
- Link: https://www.fbo.gov//utils/view?id=79e349c7b79c0bd70029e85f7752d27a
- Bytes: 291.00 Kb
- File Name: FAR 52.212 - Terms and Conditions (Thermox 52.212 final.doc)
- Link: https://www.fbo.gov//utils/view?id=3ff7886ff3b7f8ae71c1bfccd503a36b
- Bytes: 291.00 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Section B - Pricing Information (Thermox Section B final 121908.doc)
- Place of Performance
- Address: Bureau of Engraving and Printing, 9000 Blue Mound Road, Fort Worth, Texas, 76131-3304, United States
- Zip Code: 76131-3304
- Zip Code: 76131-3304
- Record
- SN01722929-W 20081224/081222215142-4bf9240f1a53ab028e437dd0558975a3 (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 |