Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2012 FBO #3884
SOLICITATION NOTICE

36 -- Printing Press - Spare Parts

Notice Date
7/11/2012
 
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-12-0260
 
Point of Contact
Yvette Anderson, Phone: 202-874-3151
 
E-Mail Address
yvette.anderson@bep.gov
(yvette.anderson@bep.gov)
 
Small Business Set-Aside
N/A
 
Description
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. The solicitation number is BEP-RFQ-12-0260 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 an unrestricted solicitation issued under NAICS code 423830. Only qualified Offerors may submit responses. The Government anticipates awarding one or more Firm Fixed-Price Purchase Orders. II. STATEMENT OF NEED: BEP has a requirement to purchase the following spare parts for use on its currency presses located at its Washington DC facility. Description • BEP Stock Item No. 2E021599; Description: RESISTOR VARIABLE PART #PW-70-102-199 REPAIR PART FOR COPE NUMERO PAK PRESSES Quantity 3 • BEP Stock Item No. 2M033205; Description ROLLER LOCK SOI ROLLER LOCK S3442200 422-000 INK CARRIAGE SOI WAFI Quantity 2 • BEP Stock Item No. 2M017009; Description MACHINE TEST.POLISH PLASTIC ANTI-STATIC 1 P Quantity 24 Cans III. INSTRUCTIONS: An Offeror's 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-12-0260 and submitted to the attention of Yvette Anderson, Contract Specialist and be broken down into the below Parts and include the following, but not limited to information: 1. Section I Pricing: a. Proposed pricing for the items and in the quantities 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 include a completed copy of their Representations and Certifications as per the provision 52.212-3, Offeror Representations and Certifications-Commercial Items. 2. Section II - Technical: a. Proposed delivery date after receipt of award; IV. DUE DATE: Responses are due no later than noon eastern time July 25, 2012 and will be accepted either via fax at 202 874-2200 or by e-mail sent to yvette.anderson@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 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; 52.225-25 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 to this acquisition: 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; 52.222-35 Equal Opportunity for Veterans; 52.222-36 Affirmative Action for workers with Disabilities; 52.222-37 Employment Reports on Veterans; 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-Completed 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-12-0260/listing.html)
 
Place of Performance
Address: 301 14th St SW, Washington, District of Columbia, 20228, United States
Zip Code: 20228
 
Record
SN02800468-W 20120713/120712000608-3b38c11cab679a1bc4a9ead2b5d2cdd2 (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.