SOLICITATION NOTICE
71 -- Security Cage - Package #1
- Notice Date
- 7/31/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332618
— Other Fabricated Wire Product 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-12-0273
- Archive Date
- 8/21/2012
- Point of Contact
- Abdul-Kudus Yahaya, Phone: 2029278602, Thomas O'Linn, Phone: (202)874-3238
- E-Mail Address
-
abdul-kudus.yahaya@bep.gov, thomas.olinn@bep.gov
(abdul-kudus.yahaya@bep.gov, thomas.olinn@bep.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment A- Conceptual Layout Statement of Need 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-12-0273 and this is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 including amendments effective July 26, 2012. This requirement is being set-aside as a Total Small Businesses set aside under NAICS code 332618. Only qualified Offerors may submit responses. The Government anticipates awarding a Firm Fixed-Price Purchase Order. II. STATEMENT OF NEED: The BEP's objective is to procure a new security cage to be installed in the finished warehouse storage area on or before August 27, 2012. Refer to the attached Statement of Need for specific details. III. INSTRUCTIONS: An Offeror's overall response shall consist of three (3) 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-12-0273 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 supplying and installing the industrial security cage as described in Section II above; 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 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 work plan to include drawings to ensure that the security cage is delivered and installation within the timeframe required. The work plan should include details on the delivery date and installation date after receipt of award b. Technical literature about the security cage being proposed 3. Part III - Past Performance: No cost/price information is to be included in this part. Past Performance information shall include a list of no more than three (3) contracts or subcontracts, similar in complexity and scope as described in the solicitation, completed or in process, during the past three (3) years. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments, foreign governments and commercial customers. Offerors that are newly formed entities without prior contracts should list contracts as required above for all team members. Include the following information for each contract: i. Name of Customer ii. Contract Number or other identification number iii. Contract Type iv. Total Contract Value v. Contract Period of Performance vi. Description of product provided and related services performed in support of the Contract. Include as much detail as need to demonstrate the contract being similar in labor mix, level of complexity, and scope as described in the solicitation. vii. Point of Contact with correct/current telephone number The Government reserves the right to contact these references as well as use any additional information it obtains. This part shall not exceed three (3) pages in length. IV. DUE DATE: Responses are due no later than noon Eastern Time August 6, 2012 and will be accepted either via fax at 202-874-2200 or by e-mail sent to abdul-kudus.Yahaya@bep.gov. V. EVALUATION & AWARD: 52.212-2 Evaluation-Commercial Items (Jan 1999). (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Past Performance Price. Technical is more important when compared to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) VI. TERMS AND CONDITIONS: 6.1 Provisions: The following provisions are incorporated by reference and apply to this solicitation: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions; 52.203-12 Limitation on Payments to Influence Certain Federal Transactions; 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation; 52.209-5, Certification Regarding Responsibility Matters; 52.212-1 Instruction to Offers Commercial Items; 52.212-3 Offeror Representatives and Certifications and Certifications - Commercial Items; 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products; 52.222-25 Affirmative Action Compliance; 52.225-2 Buy American Act Certificate; 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 52.252-1 Solicitation Provisions Incorporated by Reference. The full text of these provisions may be accessed electronically at: http://acquisition.gov/far.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFQ-12-0273/listing.html)
- Record
- SN02821369-W 20120802/120731235854-fa6da563288aaff7b73fe99a3171072b (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 |