SOLICITATION NOTICE
66 -- RFQ for IGT Ink Pipettes and other Parts - Package #1
- Notice Date
- 6/6/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423830
— Industrial Machinery and 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-12-0248
- Archive Date
- 6/28/2012
- 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
- Total Small Business
- Description
- Brand justification 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 solicitation No. is BEP-RFQ-12-0248 and this is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 including amendments effective May 18, 2012. This requirement is being set-aside as a Total Small Businesses set aside under NAICS code 423830. 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 to purchase the following brand name parts in the quantities listed. Part# Qty Description 408.000.300 4 IGT INK PIPETTE 0.01 ml resolution, calibrated Including: 408.008.001 4 Nozzle 0.01 ml resolution 408.009 4 Plunger 408.010 4 Micronozzle 408.011.030 120 Nylon caps 408.000.301 4 Calibration of ink pipette, including certificate III. INSTRUCTIONS: To aid in evaluation, quotes shall be clearly and concisely written as well as being neat, indexed as appropriate and logically assembled. All pages of each part should be appropriately numbered, and identified with the name of the offeror, the date, and the solicitation number to the extent practicable. An Offeror's overall response shall consist of two (2) parts, individually entitled as stated below. Failure to furnish a full and complete offer as instructed may result in the Offeror's response being considered unacceptable, therefore eliminated from further consideration and award. Overall, Quotes shall be provided on company letterhead, reference BEP-RFQ-12-00248 and submitted to the attention of the Contract Specialist specified herein and be broken down into the below Parts and include the following, but not limited to information: 1. Part I - Pricing: a. Proposed pricing for the items described in Section II above. i. Pricing shall include the cost of delivery/shipping. b. Payment discount terms; and c. In addition, unless available via ORCA (i.e. www.orca.bpn.gov) Offerors are also to complete Representations and Certifications in accordance with FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items. 2. Part II - Technical: No cost/price information is to be included in this part. a. Proposed delivery date after receipt of award; IV. DUE DATE: Responses are due no later than 1:30 P.M. Eastern Time June 13, 2012 and will be accepted either via fax at 202-874-2200 or by e-mail sent to thomas.olinn@bep.gov. V. EVALUATION & AWARD: Award will be made to the lowest price technically acceptable Offeror. VI. TERMS AND CONDITIONS: 6.1 Provisions & Clauses: The following provisions and clauses are incorporated by reference and apply to this solicitation: 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation; 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; 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 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; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract 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; 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 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-Completed prior to 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 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-12-0248/listing.html)
- Record
- SN02767325-W 20120608/120606235204-31dcd5cfba34ad2219ca427b70a50295 (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 |