SOLICITATION NOTICE
56 -- Coating Materials
- Notice Date
- 9/6/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 424690
— Other Chemical and Allied Products 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-12-0294
- Archive Date
- 9/27/2012
- 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
- 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-12-0294 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 August 27, 2012. This requirement is being set-aside as a Total Small Businesses set aside under NAICS code 424690 (Other Chemical and Allied Products Merchant Wholesalers). 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 the following brand name or equal coating materials as specified below: Item no. Item Description Unit of Issue Quantity 0001 Primer: Brand name or equal to Vulkem 191 VOC Pail (5 Gal.) 12 0002 Base Coat: Brand Name or equal to Vulkem 350 Pail (5 Gal.) 67 0003 Seed/Wear Coat: Brand Name or Equal to Vulkem 950NF Kit (4.2 Gal.) 26 0004 Top Coat: Brand Name or Equal to Vulkem 951NF Kit (4.6 Gal.) 52 0005 Garage Aggregate #1 (sand broadcasted over top coat for anti-slip) Bag 39 0006 Freight Charge, if any Each 1 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-12-0294 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 as described in Section II above; b. Payment discount terms; and c. 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 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. All quotations must include Product Specifications, and Material Safety Data Sheets. 3. Part III - Past Performance: No cost/price information is to be included with this Part. Past Performance information shall include a list of no more than three (3) contracts or subcontracts, similar in labor mix, level of 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 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 section shall not exceed four (4) pages in length. III. QUESTIONS: All questions are to be submitted either e-mail sent to abdul-kudus.Yahaya@bep.gov or fax at (202)-874-2200 to the attention of Abdul-Kudus Yahaya no later than 1:00 P.M. Eastern Time September 10, 2012. IV. DUE DATE: Responses are due no later than noon Eastern Time September 12, 2012 and will be accepted via fax at (202)-874-2200 to the attention of Abdul-Kudus Yahaya or 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 Price Past Performance Technical and past performance are 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 & Clauses: The following provisions and clauses 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; 52.211-17 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; 52.222-18 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; 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION; 52.247-34 F.O.B. Destination; 52.252-1 Solicitation Provisions Incorporated by Reference and 52.252-2 Clauses Incorporated by Reference. The following clauses cited in 52.212-5 above are applicable; 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 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. 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. 8.4 CONTRACTING OFFICER'S REPRESENTATIVE (COR) - DESIGNATION AND AUTHORITY (DTAR 1052.201-70) (AUG 2011) 8.4.1 The respective COR for this effort is as follows: To be completed upon award. 8.4.2 Performance of work under this contract is subject to the technical direction of the COR identified above, or a representative designated in writing. The term "technical direction" includes, without limitation, direction to the contractor that directs or redirects the labor effort, shifts the work between work areas or locations, and/or fills in details and otherwise serves to ensure that tasks outlined in the work statement are accomplished satisfactorily. 8.4.3 Technical direction must be within the scope of the contract specification(s)/work statement. The COR does not have authority to issue technical direction that: 8.4.3.1 Constitutes a change of assignment or additional work outside the contract specification(s)/work statement; 8.4.3.2 Constitutes a change as defined in the FAR clause 52.212-4(c); 8.4.3.3 In any manner causes an increase or decrease in the contract price, or the time required for contract performance; 8.4.3.4 Changes any of the terms, conditions, or specification(s)/work statement of the contract; 8.4.3.5 Interferes with the contractor's right to perform under the terms and conditions of the contract; or 8.4.3.6 Directs, supervises or otherwise controls the actions of the contractor's employees. 8.4.4 Technical direction may be oral or in writing. The COR must confirm oral direction in writing within five workdays, with a copy to the Contracting Officer. 8.4.5 The Contractor shall proceed promptly with performance resulting from the technical direction issued by the COR. If, in the opinion of the contractor, any direction of the COR or the designated representative falls within the limitations of (c) above, the contractor shall immediately notify the Contracting Officer no later than the beginning of the next Government work day. 8.4.6 Failure of the Contractor and the Contracting Officer to agree that technical direction is within the scope of the contract shall be subject to the terms of FAR clause 52.212-4(d). (End of clause) 8.5 CONTRACTOR PUBLICITY (DTAR CLAUSE 1052.210-70)(AUG 2011): The Contractor, or any entity or representative acting on behalf of the Contractor, shall not refer to the equipment or services furnished pursuant to the provisions of this contract in any news release or commercial advertising, or in connection with any news release or commercial advertising, without first obtaining explicit written consent to do so from the Contracting Officer. Should any reference to such equipment or services appear in any news release or commercial advertising issued by or on behalf of the Contractor without the required consent, the Government shall consider institution of all remedies available under applicable law, including 31 U.S.C. 333, and this contract. Further, any violation of this provision may be considered during the evaluation of past performance in future competitively negotiated acquisitions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFQ-12-0294/listing.html)
- Record
- SN02870473-W 20120908/120907000129-32bc3212c94195fdfb2ee03e7fb62927 (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 |