SOLICITATION NOTICE
36 -- Count-T-Wise counters
- Notice Date
- 10/28/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333291
— Paper Industry Machinery Manufacturing
- Contracting Office
- Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Acquisition, 14th & C Streets, S.W., Washington, District of Columbia, 20228
- ZIP Code
- 20228
- Solicitation Number
- BEP-RFQ-11-0004
- Archive Date
- 11/20/2010
- Point of Contact
- Thomas O'Linn, Phone: (202)874-3238
- E-Mail Address
-
thomas.olinn@bep.treas.gov
(thomas.olinn@bep.treas.gov)
- Small Business Set-Aside
- N/A
- Description
- I. OVERVIEW: 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; proposals are being requested and a written solicitation will not be issued. This requirement is also a 100% small business set-aside. The document # is BEP-RFQ-11-0004 and this is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-45, effective October 1, 2010. This requirement is being set-aside as a Total Small Businesses set aside under NAICS code 333291. Only qualified Offerors may submit responses. The Government anticipates awarding a Firm Fixed-Price Purchase Order. II. STATEMENT OF NEED: The Bureau of Engraving and Printing ("BEP") has a requirement for the purchase of ten (10) Count-Wise-T (touch screen) Sheet Counter and batch tabber with Security mode, including 36" X 36" air table, base cabinet and steel support wings as well as the purchase of preventive maintenance (PM) services on the equipment. The period of performance for the PM service will include a base period with four (4) twelve month option years, that may be exercised. This equipment is to be delivered to the following government address (see Section VI.6.2 below for specific delivery information); Bureau of Engraving and Printing Western Currency Facility (WCF), Attn: To-be completed upon award. 9000 Blue Mound Road, Fort Worth, TX 76131 III. INSTRUCTIONS: Interested parties shall provide a response in accordance with the below instructions. Responses shall be provided on company letterhead, reference BEP-RFQ-11-0004 and be submitted to the attention of Thomas O'Linn, Contract Specialist. Offerors shall provide as part of their response the following; 1. Pricing on a unit and total price for the ten (10) Count-Wise-T (touch screen) Sheet Counter. Pricing shall include the cost of delivery/shipping; 2. Delivery date after receipt of order; 3. Proposed PM plan (e.g. a discussion of the services to be included in the PM and any responsibilities of the BEP); 4. Pricing for the PM. PM pricing shall show the pricing for the base and each option period. 5. Three (3) past performance references where equipment and services provided are same as or similar to this requirement; 6. Discount terms; 7. If applicable, technical literature about the equipment; and 8. In addition, unless available via ORCA (i.e. www.orca.bpn.gov) Offerors are also to include a completed copy of their Representations and Certifications as per the FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Reponses shall not exceed five (5) pages, excluding a completed copy of items 7 and 8 above. IV. DUE DATE: Responses are due no later than 10:00 A.M. EST November 1, 2010 and will be accepted either via fax at 202-874-2200 or by e-mail sent to Thomas.olinn@bep.treas.gov. V. EVALUATION & AWARD: FAR Provision 52.212-2 Evaluation-Commercial Items applies. (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, price and other factors considered. The following factors shall be used to evaluate offers: Technical (e.g. PM, ability to provide the required equipment, delivery date), Past Performance and Price. Technical and past performance when combined, are slightly more important, when compared to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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 offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. VI. TERMS AND CONDITIONS: 6.1 Provisions & Clauses: The following provisions and clauses are incorporated by reference and apply to this acquisition (includes amendments thru FAC 2005-45, effective October 1, 2010): 52.212-1 Instruction to Offers Commercial Items; 52.212-3 Offeror Representatives and Certifications and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.247-35 F.O.B. Destination within Premises Consignee's. The following clauses cited in 52.212-5 above are applicable to this acquisition: 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-award Small Business Program Rerepresentation; 52.222-26 Equal Opportunity (E.O. 11246); 52.222.36 Affirmative Action for workers with Disabilities; 52.225-1, Buy American Act-Supplies; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232.33 Payment by Electronic Funds Transfer-Central Contractor Registration. The full text of these provisions and clauses may be accessed electronically at: http://acquisition.gov/far. 6.2 Fort Worth Texas: Supplies or other items needing to be delivered to the BEP's Fort Worth, Texas location shall be delivered to the following address: The Bureau of Engraving and Printing Western Currency Facility Attention: To-be completed upon award. 9000 Blue Mound Road Fort Worth, Texas 76131 Receiving hours are from 7:00 am to 2:30 pm local time, Monday through Friday, excluding U.S. Government holidays and the BEP Year-End-Shutdown (which normally occurs between December 24 and January 1). The Contractor shall call the Receiving Area at (817) 847-3822 at least twenty-four (24) hours in advance to schedule all deliveries. The following information should be provided: - Name of supplier/manufacturer - Contact Person with phone number - Contract/Purchase Order Number - Total number of cartons or pallets - Total weight - Date and Time of Delivery 6.3 Invoices and Payments: 6.3.1 Invoices shall be submitted electronically through the Internet Payment Platform (IPP). The IPP is a comprehensive payment information service provided at no charge by the U.S. Department of the Treasury's Financial Management Service (FMS). The IPP provides a centralized location to view all transactions in the order-to-pay process, transforming paper-based processes into an electronic process for both the agency and supplier. IPP is the BEP's preferred method of submitting invoices for payment. For contractors who require more information on the IPP program, including enrollment, please contact the support activity using the information below: Internet Payment Platform (IPP) Support (617) 973-3069 IPPgroup@bos.frb.org If your firm is unable to comply with the IPP processing requirements, then the following process shall apply for submission of invoices for payment: Original & 1 Copy To the Paying Office identified in SF 1449 Block 18a 1 Copy To the COTR 6.3.2 Additional Invoice Instructions: Invoices shall be submitted upon completion of each Call, or if multiple Calls occur within a month, at the end of the month. 6.3.3 Payment Instructions: Payment will be based on receipt of a proper invoice and contract performance. An invoice is a "proper invoice" as defined under FAR Clause 52.212-4(g). The Invoice issues, besides IPP technical related issues are to be handled and resolved between the Contractor and the COTR. The Contractor shall direct all questions and resolve all issues concerning invoices with the COTR (or CO if necessary). Contractor shall direct questions regarding payment to the COTR and/or the designated payment office listed above 6.4 Security: While performing working at the Government site Contractor personnel will be given a visitors security badge and escorted by Government authorized personnel. Visitor security badges shall be worn above the waist, clearly visible, with picture or front side front forward at all times. Visitor security badges are to be returned upon leaving the site. 6.5 Personnel Qualifications: Contractor personnel shall be competent, dependable, knowledgeable, trained, inclusive of any necessary or applicable certification and/or license and experience, thereby qualifying them to perform their specific duties in supporting this effort. 6.6 Date, Time and Hours: The Contractor is responsible for appropriately planning, coordinating and scheduling services to be performed at the Government facility with the COTR or authorized designee. 6.7 Government Point of Contact/COTR: The following individual is the Government point of contact/COTR for this effort; To-be completed upon award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFQ-11-0004/listing.html)
- Record
- SN02318344-W 20101030/101028233913-85ff387593a37eb18ee9b08c8c07345d (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 |