Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 24, 2013 FBO #4169
MODIFICATION

R -- Print Trial

Notice Date
4/22/2013
 
Notice Type
Modification/Amendment
 
NAICS
323120 — Support Activities for Printing
 
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-13-0344
 
Archive Date
5/8/2013
 
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
I. OVERVIEW: This is a combined synopsis/solicitation for commercial services 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 being issued on a full and open unrestricted basis. The solicitation no. is BEP-RFQ-13-0344 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. The NAICS code is 323120. Only qualified Offerors may submit responses. The Government anticipates awarding multiple vendors with a one-time Firm Fixed-Price Purchase Order. II. REQUIREMENT: The Bureau of Engraving and Printing (BEP) is interested in acquiring rotary screen press printing services to produce a raised tactile feature for denominating U.S. paper currency by hand, as an integral part of providing blind and visually impaired individuals' meaningful access to U.S. paper currency. Refer to Attachment "Statement of Need (SON) for Purchase Order" for further details on this requirement. 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. Overall quotes 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 quote being considered nonresponsive therefore eliminated from consideration and award. Overall, Quotes shall be provided on company letterhead, reference BEP-RFQ-13-0344 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. Part I Pricing: a. Proposed pricing for the completion of the deliverable requested; i. Pricing shall include a breakdown of the proposed Labor categories and associated hourly rates and hours b. Prompt payment discount terms. 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 the provision 52.212-3, Offeror Representations and Certifications-Commercial Items 2. Part II Technical Approach: No cost/price information is to be included with this Part. a. Plan: During print trials the Contractor shall allow access to print facilities and accommodate BEP personnel and other parties as determined by the BEP. The personnel may perform the following tasks at minimum; monitor the print trial, evaluate printed sheets, measure the tactile feature physical characteristics and adhesion, modify links, and provide technical support. Government furnished resource are listed (see Section 6.0 of the SON) and delivery date of the printed material after receipt of award. Altogether, Offerors are strongly encouraged to include as much detail to demonstrate their proposed approach for supplying the BEP with this service; and b. Resumes/CSVs: Resumes/CSVs of proposed personnel. c. Exceptions: The completion and submission of the items listed in Section III constitutes an offer 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 this solicitation the Offeror must clearly state in this Part of their quote any exceptions taken. Offerors are cautioned that their quote may be determined unacceptable if the Offeror takes exception to any term or condition; thereby excluded from consideration and award. 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 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. 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: a. Name of Customer b. Contract Number or other identification number c. Contract Type d. Total Contract Value e. 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. f. 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 three (3) pages in length. IV. DUE DATE: Interested Parties are requested to submit their quotation to the point of contact identified below no later than noon April 23, 2013 to Yvette Anderson, Contract Specialist via e-mail at yvette.anderson@bep.gov or via fax to 202-874-2200. 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: Price. Technical Past Performance Technical and past performance when combined is significantly more important when compared to price. 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 acquisition: 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; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes and Executive Orders (JAN 2013); 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; 52.225-25 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-RFQ-13-0344/listing.html)
 
Place of Performance
Address: 301 14th Street SW, Washington, District of Columbia, 20228, United States
Zip Code: 20228
 
Record
SN03042509-W 20130424/130422234609-5acf81e5bedaa7d7fdcc3d1d4f7d75cc (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.