Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2012 FBO #3931
SOLICITATION NOTICE

66 -- Document Imaging System and Banknote Feature Analysis - Statement of Need

Notice Date
8/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument 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-RFP-12-0198
 
Archive Date
11/27/2012
 
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
It Requirement 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; quotes 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-RFP-12-0198 and this is a Request for Proposal (RFP). 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 basis under NAICS code 334516. Only qualified Offerors may submit responses. The Government anticipates awarding a Firm Fixed-Price contract. II. STATEMENT OF NEED: The Bureau of Engraving and Printing (BEP) has a requirement to purchase; (i) three (3) document imaging system, inclusive of both hardware and software ("System") meeting the minimum functional, physical and performance characteristics specified in Attachment A entitled, "Statement of Need", along with delivery, installation, associated deliverables, and training and (ii) if exercised by BEP an optional Banknote Feature Analysis capability functional, physical and performance characteristics specified in entitled, Attachment A as well. Refer to Attachment A entitled, "Statement of Need" for specific details on the BEP's requirement. III. INSTRUCTIONS: To aid in evaluation, proposals 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. An Offeror's overall proposal 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 proposal being considered unacceptable, therefore eliminated from further consideration and award. Overall, proposals shall be provided on company letterhead, reference BEP-RFP-12-0198 and submitted to the attention of Abdul-Kudus Yahaya, Contract Specialist 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 System, broken down as follows: i. Pricing for the System in the quantity and for the locations as described in the Statement of Need, including cost of shipping/delivery and installation and testing; ii. Pricing for training as described in the Statement of Need. b. Proposed Pricing for the optional Banknote Feature Analysis program, broken down as follows: i. Pricing for the Banknote Feature Analysis program in the quantity and for the locations as described in the Statement of Need including cost of shipping/delivery and installation and testing; ii. Pricing for training as described in the Statement of Need. c. Payment discount terms; and d. In addition, unless available via SAM (i.e. www.sam.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. With exception to d. this Part shall not exceed five (5) pages in length. 2. Part II - Technical: No cost/price information is to be included in this Part. a. Proposed System: This subpart shall include the following; i. Technical information: Detailed technical literature along with necessary description that demonstrates and describes how the Offeror's proposed solution meets the functional, physical and performance characteristics described in Attachment A of this solicitation as well as provide all other details about the proposed solution. This discussion should be separated in two separate subsections; one discussing the System itself and one discussing the optional Banknote Feature Analysis program. 1. Product literature: If applicable any general product literature about the proposed solution. ii. Warranty Info: 1. Description of the warranty to be provided for the System; and 2. Description of the warranty to be provided for the optional Banknote Feature Analysis program. iii. Delivery date: 1. The proposed delivery date of the System after receipt of award. 2. Lead time for the optional Banknote Feature Analysis program b. Proposed On-Site Installation and Networking Approach: i. A discussion of the Offeror's proposed approach for performing the on-site installation and testing of function, and networking of the System to meet BEP's IT Requirements of the System; and ii. A discussion of the Offeror's proposed approach for performing the on-site installation and testing of function, and networking of the optional Banknote Feature Analysis program to meet BEP's IT Requirements of the System. c. Proposed Training Approach: i. A discussion of the Offeror's proposed approach for performing training on the System; and ii. A discussion of the Offeror's proposed approach for performing training on the optional Banknote Feature Analysis program. d. Proposed Maintenance/Support Service Approach: i. A discussion of the Offeror's proposed approach(es) for performance of maintenance/support services and specific maintenance requirements of the System; and ii. A discussion of the Offeror's proposed approach(es) for performance of maintenance/support services and specific maintenance requirements of the optional Banknote Feature Analysis program. e. Exceptions to solicitation terms and conditions, if applicable: The completion and submission of the items listed in herein will constitute an offer (proposal) and will indicate the Offeror's unconditional assent to the terms and conditions in the solicitation and in any attachments hereto. If an Offeror takes exception to any of the terms and conditions of the solicitation the Offeror must clearly state in this Part of their proposal any exceptions taken. Omission of such a statement will be construed as the Offeror's acceptance of all solicitation terms and conditions. Altogether, if an Offeror takes exception to any of the terms and conditions of the solicitation they must do the following; (i) provide a statement within the designated subsection of the solicitation that states the Offeror does take exception to the terms and conditions of the solicitation; (ii) identify the term or condition of the solicitation for which they take exception to; (iii) state the reason(s) for the exception; (iv) an explanation of any benefits to the Government; and (v) provide any other information concerning the exception(s). Altogether, exceptions must contain sufficient amplification and justification to permit evaluation. Offerors are cautioned that their proposal may be determined unacceptable if the offeror takes exception to any term or condition. 3. Part III - Past Performance: No cost/price information is to be included in this Part. Past Performance information shall include the following: a. A list of no more than three (3) contracts or subcontracts, similar in complexity and/or scope as described in this 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 Offeror may provide information on problems encountered on the contract(s) and corrective actions taken to resolve those problems. 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. QUESTIONS DEADLINE: All questions are to be submitted either electronically or via facsimile to the attention of both the point of contact(s) listed in this Notice no later than 4:30 P.M. Eastern Time August 29, 2012. V. DUE DATE: Proposals are due no later than 1:30 P.M. Eastern Time, September 7, 2012 will be accepted either via fax at 202-874-2200 or by e-mail. Proposals are to be submitted to the attention of both of the Point of contact(s) listed in this Notice. Offerors are responsible for confirming receipt of their proposals. VI. POINT OF CONTACT: The primary point of contact for this solicitation is Casey Meng, Abdul-Kudus Yahaya who can be reached via telephone at 202-927-8602, via e-mail at abdul-kudus.Yahaya@bep.gov or via fax at (202)-874-2200. The Secondary point of contact for this solicitation is Thomas O'Linn, Contracting Officer who can be reached via telephone at 202-874-3238, via e-mail at thomas.olinn@bep.gov or via fax at (202)-874-2200. VII. EVALUATION & AWARD: Evaluation shall be in accordance with FAR provision 52.212-2 EVALUATION COMMERCIAL ITEMS. 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 factors used to evaluate offers shall be Technical, Past Performance, and Price. Technical and Past Performance when combined are significantly more important than price. However, the strength of the Government's preference for such non-price factors depends on the marginal cost of obtaining higher technical merit. The Government reserves the right to award to other than the lowest offer. The Government does not intend to make multiple awards. Discussions may be conducted. However, award may be made without discussions. VIII. TERMS AND CONDITIONS 8.1 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; 52.209-2 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; 52.222-38 Compliance with Veterans' Employment Reporting Requirements; 52.225-2 Buy American Act Certificate; 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; and 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-RFP-12-0198/listing.html)
 
Record
SN02856930-W 20120829/120828000443-34d8e458212e8908ab08152776bf437b (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.