Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2011 FBO #3403
SOLICITATION NOTICE

J -- X-Ray Machine Maintenance - Package #1 - Performance Work Statement

Notice Date
3/18/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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
RFQ-BEP-11-0455
 
Point of Contact
D'Angela Moore, Phone: (202) 874-3252, Thomas O'Linn, Phone: (202)874-3238
 
E-Mail Address
d'angela.moore@bep.gov, thomas.olinn@bep.treas.gov
(d'angela.moore@bep.gov, thomas.olinn@bep.treas.gov)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement QASP - PERFORMANCE REQUIREMENTS SUMMARY (PRS) 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; quotations are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48 including amendments effective January 31, 2011. The solicitation document number is BEP-RFQ-10-0455. The NAICS code is 811219. Only qualified offerors may submit a response. The BEP anticipates awarding a Service Agreement contract. II. REQUIREMENT: The Bureau of Engraving and Printing (BEP) is seeking a Contractor to perform on-call repair and maintenance on its Smith Detection X-Ray machines located at the BEP's Washington, DC Facility. (See the attached Performance Work Statement (PWS) for further details). III. RESPONSE INFORMATION: Offerors are responsible for ensuring their response includes sufficient details, in a concise and easily understandable manner and is properly formatted to permit an evaluation of their response. Proprietary information shall be clearly marked. Offerors shall provide a written response that is broken down into the following sections; A. Pricing: 1. Proposed pricing shall include the hourly rates for business and non-business hours (e.g. weekend, holiday, etc). Pricing clearly state the proposed discounts for both labor and parts. 2. Proposed prompt payment discount. B. Technical Approach: No references to price cost shall be included in this section of the Offerors's response. Responses to this section shall not exceed ten (10) pages in length. Altogether, an Offeror's technical approach shall include; 1. A detailed technical discussion, discussing the technical approach that the Offerors will provide to perform the requirement described herein (e.g. equipment and resources to be used, etc). 2. A certification demonstrating the company's ability to service Smiths Detection X-ray requirement. C. Past Performance: Offerors are to limit past performance information to the past three (3) years and to those which demonstrate that the Offeror is currently performing or has performed work that is similar in size, scope and/or complexity to the requirement stated herein. Past performance information provided by the Offeror may include those contracts entered into with the Federal Government, agencies of state and local governments as well as commercial customers. The Government reserves the right to use all information available and reserves the right to obtain past performance information from sources other than those provided by the Offeror. Offerors who do not have past performance information to provide should include a statement regarding this fact. Responses to this section shall not exceed three (3) pages in length. D. Representations and Certifications: Offerors should include either a copy of their completed representations and certifications as per FAR provision 52.212-3, entitled "Offeror Representations and Certifications - Commercial Items" with their response or complete them via on-line at https://orca.bpn.gov/. Failure to furnish a full and complete quote as instructed above may result in the Offeror's quote being considered nonresponsive, therefore eliminated from further consideration and award. IV. RESPONSE DUE DATE: Responses to this solicitation shall be submitted in writing to the attention of the Contract Specialist listed herein no later than 2:00 PM ET March 29, 2011 via e-mail at d'agela.moore@bep.gov or via fax to 202-874-2200. V. EVALUATION & AWARD: FAR provision 52.212-2 Evaluation - Commercial Items (JAN 1999) 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 Approach Past Performance and Price b) Options. The Government will evaluate offers to 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 for 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. (End of provision) VII. PROVISIONS AND CLAUSES: The following provisions and clauses are incorporated by reference and apply to this solicitation: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations 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; 52.247-35 F.O.B. Destination within Premises Consignee's; 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-41, Service Contract Act of 1965 (Nov 2007); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989); 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009); 52.222-54, Employment Eligibility Verification (JAN 2009); 52.232.33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-33 The full of these provisions and clauses may be accessed electronically at: http://acquisition.gov/far. 17. Washington, DC 20228 18. Full and open competition, without restriction
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/RFQ-BEP-11-0455/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20228, United States
Zip Code: 20228
 
Record
SN02404138-W 20110320/110318234213-d5e2f9f4740fc6e361ff4a63148bfb7e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.