SOLICITATION NOTICE
66 -- Ophir Spiricon components - Brand Name Justification
- Notice Date
- 7/16/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device 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-12-0267
- 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
- Brand Name Justification 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-12-0267 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 334519. 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 items from Ophir-Spiricon: 1 1 CCD camera based beam profiler BGS-USB-SP620 for spatial measurements, 2 1 Associated neutral density filter ND3 STACKABLE FILTER,GRN, 3 1 Power meter VEGA METER ASSY, RoHS 4 1 Power supply POWER SUPPLY 120VAC/12VDC 0.5A UL ROHS 5 1 Broadband sensor 3A, RoHS 6 1 Fiber optic adapter SMA F.O.-ADAPTER. Requested delivery on the initial order is 2 weeks. BEP is seeking to purchase a quantity of one (1) each of the above listed items, with an option to buy two (2) more within a twelve (12) month period. 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 shall be appropriately numbered, and identified with the name of the offeror, the date, and the solicitation number to the extent practicable. Quotes are to be formatted using the following applications: Microsoft Word and Excel. 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-12-0267 and submitted to the attention of the Contract Specialist listed herein 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 item in the quantity listed in Section II above. Pricing shall include the cost of delivery/shipping; b. Payment discount terms. 2. Section II - Technical: a. Delivery date after receipt of award; b. Technical literature regarding the items being proposed. c. Warranty information. d. 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. QUESTIONS DEADLINE: All questions are to be submitted either electronically or via facsimile to the attention of the Contract Specialist listed herein no later than 2:00 P.M. Eastern Time July 17, 2012. V. DUE DATE: Responses are due no later than 12:00 P.M. Eastern Time July 20, 2012 and will be accepted either via fax or by e-mail sent to the Contract Specialist listed herein. VI. POINT OF CONTACT: The primary point of contact for this solicitation is Donald Baron, Contract Specialist who can be reached via telephone at 202-874-3143, via e-mail at donald.baron@bep.gov or via fax at (202)-874-2200. VII. EVALUATION & AWARD: Offerors will be evaluated as lowest price technically acceptable. VIII. TERMS AND CONDITIONS: 8.1 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 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; 52.222-35 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. 8.2 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. 8.3 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-12-0267/listing.html)
- Place of Performance
- Address: Bureau of Engraving and Printing, 14th and C Sts. SW, Washington, District of Columbia, 20228, United States
- Zip Code: 20228
- Zip Code: 20228
- Record
- SN02804452-W 20120718/120716235653-8b58627f0d4fe9cccefabe79ad5ff0c2 (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 |