SOLICITATION NOTICE
66 -- BEP-RFQ-12-0066
- Notice Date
- 2/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423440
— Other Commercial Equipment Merchant Wholesalers
- 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-12-0066
- Point of Contact
- Donald I Baron, Phone: (202)874-3143, Casey Meng, Phone: 2028749763
- E-Mail Address
-
Donald.Baron@bep.treas.gov, casey.meng@bep.gov
(Donald.Baron@bep.treas.gov, casey.meng@bep.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- . 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 Solicitation No. is BEP-RFQ-12-0066 and this is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55 including amendments effective February 2, 2012. This requirement is being set-aside as a Total Small Businesses set aside under NAICS code 423440. 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 the following item in the quantity described below: Requirement for two (2) heavy-duty, desktop vacuum banknote counters, Amrotec model TC5500 brand name or equal with the following minimum specifications: -Portable Tabletop Model-Count able to count Strapped/banded and Unbanded notes -Accurate and Repeatable counts for batches containing pristine, soiled, misaligned and dog-eared notes -Non-Destructive, Non-Marking-Note Sizes ranging from 90mm to 180mm long and 60mm to 90mm wide -Accommodate up to 200 notes per batch (22mm thick)-Auto & Manual start selectable -Settable target, stop at quantity to divide a large unbanded batch in to smaller batches for manual banding -Large, Easy-to-Read Display. Counts discernible by observer standing a minimum of 8 feet away -Variable Speed from 1,000 to 2,400 notes/min-Display both running (4-digits) and batch (3digits) count -Adjustable to improve counting accuracy -Audibly and/or Visually alert operator when count doesn't satisfy pre-set target -Easy to Clean and Maintain -Power supply: AC 115V, ±10%, 60Hz -Maximum dimension of 380mm x 380mm x 270"h -Maximum weight of 100lbs -Top and front facing dual count displays -Top mounted display to have an unobstructed clearance of 100mm x 100m x 177mm -Top mounted display to be between 0° and 10° The item 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 & 14th Sts, S.W. Washington, DC 20228 III. INSTRUCTIONS: Interested parties shall provide a quote in accordance with the below instructions. Quotes shall be provided on company letterhead, reference BEP-RFQ-12-0066 and submitted to the attention of Donald Baron, Contract Specialist and include the following: 1. Proposed pricing for the item in the quantity listed in Section II above. a. Cost of delivery/shipping shall be separately priced; 2. Delivery date after receipt of award; 3. Payment discount terms; and 4. Technical information regarding the proposed solution. Technical information must clearly show that the solution meets the minimum specifications stated in Section II above. 5. 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 FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items. IV. DUE DATE: Responses are due no later than 3:00 P.M. Eastern Time February 16, 2012 and will be accepted either via fax at 202-874-2200 or by e-mail sent to donald.baron@bep.gov. V. EVALUATION & AWARD: Offerors will be evaluated as lowest price technically acceptable. VI. TERMS AND CONDITIONS: 6.1 Provisions & 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; 52.247-34 F.O.B. Destination. The following clauses cited in 52.212-5 above are applicable; 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 Rerepresentation; 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 Contractor Policy 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-Determined at award D Street, Between 13th & 14th Sts, S.W. Washington, DC 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 our receiving platform. 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 Designated Point of Contact 6.3.2 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 Designated Point of Contact. The Contractor shall direct all questions and resolve all issues concerning invoices with the Designated Point of Contact (or CO if necessary). Contractor shall direct questions regarding payment to the Designated Point of Contact and/or the designated payment office listed above
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFQ-12-0066/listing.html)
- Place of Performance
- Address: Bureau of Engraving and Printing, 14th & C Sts, SW, Washington, District of Columbia, 20228, United States
- Zip Code: 20228
- Record
- SN02669667-W 20120209/120207235733-f1886711fc723dc2f7fa8eb697cec976 (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 |