SOLICITATION NOTICE
66 -- Micrometer designed for repetitive measurements of currency paper thickness - Reference
- Notice Date
- 10/27/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument 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-12-0010
- Archive Date
- 11/19/2011
- Point of Contact
- Casey Meng, Phone: 2028749763
- E-Mail Address
-
casey.meng@bep.gov
(casey.meng@bep.gov)
- Small Business Set-Aside
- N/A
- Description
- T411 Test Method 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-12-0010 and this is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 including amendments effective August 4, 2011. This requirement is being set aside as a Total Small Business set aside under NAICS code 334516. 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) have a requirement for the purchase of two (2) micrometer designed for repetitive measurement of currency paper thickness that will meet the Technical Association of Pulp and Paper Industry (TAPPI) Test Method T411 for measuring the thickness (caliber) of paper, paperboard, and combined board. See attached document for information on the T411 test method. The items shall be delivered to the following government address (see Section VI.6.2 below for specific delivery information); The Bureau of Engraving and Printing Attention: To-Be-Determined at award D Street, Between 13th and 14th Streets, S.W. Washington, D. C. 20228-0002 III. INSTRUCTIONS: Interested parties shall provide a quote in accordance with the following instructions. Quotes shall be provided on company letterhead, reference BEP-RFQ-12-0010 and submitted to the attention of Casey Meng, Contract Specialist and include, but not limited to information. 1. Pricing: a. Pricing on a unit and total price for the two (2) Micrometers. Pricing shall include the cost of delivery/shipping; b. Proposed payment discount terms. 2. Technical: a. Technical literature of the proposed solution that provides at minimum the description of the physical, functional, or performance characteristics of item; b. Delivery date after receipt of award; 3. Other: 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 provision 52.212-3, Offeror Representations and Certifications-Commercial Items. IV. DUE DATE: Quotes are due no later than 3:00 P.M. Eastern Time, November 4, 2011. All correspondence shall be submitted either via fax at 202-874-2200 or by e-mail sent to casey.meng@bep.gov. V. EVALUATION & AWARD: Award will be to the lowest price technically acceptable offer. VI. PROVISIONS & CLAUSES: 6.1 Provisions & Clauses: The following provisions and clauses are incorporated by reference and apply to this acquisition: 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; 52.247-34 F.O.B. Destination. The following clauses cited in 52.212-5 above are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 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; 52.222.36 Affirmative Action for workers with Disabilities; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 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 Washington, DC: Supplies or other items needed to be delivered to the BEP's Washington, DC facility shall be delivered to the following address: The Bureau of Engraving and Printing Attention: To be provided at award D Street, Between 13th and 14th Streets, S.W. Washington, D. C. 20228- Receiving hours for deliveries are 8:00 a.m. to 2:15 p.m., local time, Monday through Friday, excluding U.S. Government holidays and BEP year-end shutdown (which normally occurs between December 24 and January 1). The Contractor shall call the BEP appointment line at (202) 874-2333 at least twenty-four (24) hours in advance to schedule approximate delivery times. The appointment line is staffed from 8:30 am to 2:30 pm. Monday through Friday. A voice mail message maybe left after normal working hours. 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 *Note the following loading dock limitations for deliveries made to Washington D.C.: Over the road vehicles having an overall height exceeding 12'6" (3.8 meters) empty, or an overall length exceeding 42' (12.8 meters) cannot be accommodated at the receiving platform. 6.3 ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INTERNET PAYMENT PLATFORM (IPP) Payment requests must be submitted electronically through the U.S. Department of the Treasury's Internet Payment Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract (see Section I below). The IPP website address is: https://www.ipp.gov Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice. Not Applicable_ The Contractor must use the IPP website to enroll, access, and use IPP for submitting requests for payment. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the CO.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFQ-12-0010/listing.html)
- Record
- SN02614136-W 20111029/111027234557-e81aed17b14fd21eede62f7969639585 (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 |