SOLICITATION NOTICE
59 -- NICKEL ELECTROLYTOC
- Notice Date
- 4/8/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product 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-11-0241
- Archive Date
- 4/23/2011
- Point of Contact
- Rosa Lee, Phone: (202) 874-2318
- E-Mail Address
-
rosa.lee@bep.treas.gov
(rosa.lee@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; responses are being requested and a written solicitation will not be issued. The solicitation # is BEP-RFQ-11-0241 and this is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51 including amendments effective April 1, 2011 This requirement is being set-aside as a Total Small Businesses set aside under NAICS code 335911. Only qualified small business Offerors may submit responses. The Government anticipates awarding a Firm Fixed-Price Purchase Order. II. REQUIREMENT: The Bureau of Engraving and Printing (BEP) has a Requirement to purchase nickel electrolytic depolarized "s" rounds composition 99.97% nickel plus cobalt.0047% carbon.003% copper.005% iron.025% sulphur (55 lb non-returnable drum. (BEP Stock No. 2EG001145) delivery to Bureau of Engraving and Printing, 9000 Blue Mound Road Fort Worth TX. a. Quantity: 12 Drum 1.0 Deliveries to Western Currency Facility 9000 Blue Mound road Fort Worth TX 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 are (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. 2.0 Invoicing and payment instructions: To be considered a proper invoice for payment invoices shall include the information outlined in FAR clause 52.212-5 contractors who require more information on the IPP original including enrollment can contact the IPP customer support desk at (866)973-3131 or e-mail IPPgroup@bos.frb.org for assistance if your company is unable to comply with the IPP processing requirements then the following process shall apply for submission of invoices for payment invoices shall be submitted in accordance with the alternate invoicing procedure below, original & 1 copy to the paying office Bureau of Engraving and Printing 14th & C Street SW Attn: OFM-Rm 302-28A, Washington DC 20228, 1 copy to the COTR identified in the order, 1 copy to the contracting officer identified in the order if applicable. 3.0 CERTIFICATION OF CONFORMANCE: The contractor shall provide a certificate of analysis or certificate of conformance and results of inspection for each batch or lot in the shipment delivered to the BEP. Receipt of the shipment by the BEP is contingent upon the presence of the certificate of analysis or certificate of conformance and results of inspection. III INSTRUCTIONS: A. Interested parties shall provide a response in accordance with the below instructions. Response shall be provided on company letterhead, reference BEP-RFQ-11-0241 and submitted to the attention of Rosa Lee, Lead Purchasing Agent. Responses shall include the following information 1. Past performance information demonstrating experience in providing the types of items found under the aforementioned NAICs code. Past performance shall include at least three (3) references, be limited to and include the following information for each reference: • Name of contracting activity/company. • Total contract/subcontract value. • Description of the contract/subcontract. • Point of contact; name, e-mail address and/or telephone number. • Period of performance. Offerors that are newly formed entities without prior contracts should include a statement to that matter. 2. Pricing: a. Proposed pricing for the item in the quantity listed above. Pricing shall include all costs, including the cost of delivery/shipping b. Proposed Payments terms; 3. 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. 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. Failure to furnish a full and complete offer as instructed above may result in the offeror's response being considered nonresponsive, therefore eliminated from further consideration and award. IV. PROVISION & CLAUSES: The following provisions and clauses are incorporated by reference and apply to this solicitation: 52.211-17 Delivery of Excess Quantities; 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; 52.222-22 Previous Contracts and Compliance Reports; 52.225-2 Buy American Act Certificate; 52.246-2 Inspection of Supplies-Fixed-Price; 52.247-35 F.O.B. Destination within Premises Consignee's. The following clauses cited in 52.212-5 are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.204-10 Reporting Executive Compensation and First Tier Subcontractor Awards; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Representation; 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); 52.222.36 Affirmative Action for workers with Disabilities; 52.225-13 Restrictions on Certain Foreign Purchases; 52.225-1 Buy American Act-Supplies; 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. V. DUE DATE: Responses are due no later than 1:30 P.M. Eastern Time April 22, 2011 and will be accepted either via fax at 202-874-2200 or by e-mail sent to rosa.lee@bep.gov. VI. EVALUATION & AWARD: The Government will award a Purchase Order resulting from this solicitation to the responsible offeror(s) whose offer) conforming to the solicitation is the Lowest Price. Technically Acceptable (LPTA). 17. Bureau of Engraving and Printing 9000 Blue Mound Road, Fort Worth TX 76131 18. 100% Small Business Set-Aside
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFQ-11-0241/listing.html)
- Record
- SN02421151-W 20110410/110408235221-84592bf91a6a9c0e8f7b4f3f884e45e6 (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 |