Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 19, 2017 FBO #5536
SOURCES SOUGHT

93 -- Currency Labels - Sources Sought

Notice Date
1/17/2017
 
Notice Type
Sources Sought
 
NAICS
424130 — Industrial and Personal Service Paper Merchant Wholesalers
 
Contracting Office
Department of the Treasury, Bureau of Engraving and Printing, Office of Acquisition, 14th and C Streets, SW, Room 708 E, Washington, District of Columbia, 20228, United States
 
ZIP Code
20228
 
Solicitation Number
BEP-RFI-17-0346
 
Point of Contact
Tonya M. Sullivan, Phone: 2028742507, Kathleen Barton, Phone: 2028743139
 
E-Mail Address
tonya.sullivan@bep.gov, kathleen.barton@bep.gov
(tonya.sullivan@bep.gov, kathleen.barton@bep.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Specifications SOURCES SOUGHT Type of Notice: Sources Sought for Small Business Set Aside Notice Number: BEP-RFI-17-0346 Short description of supply or service: Currency Labels PCS or FSC Code: 9310 NAICS Code: 424130 Recovery and Reinvestment Act Action: No Response Date: January 27, 2017, 12 midnight EST Primary Point of Contact: Tonya M. Sullivan Title of POC: Contract Specialist Secondary Point of Contact (optional): Kathleen Barton, Contracting Officer Description: The Bureau of Engraving and Printing (BEP) has a requirement for printed paper currency strap bands and unprinted paper currency bundle bands (hereinafter referred to as "Currency Straps and Bundle") suitable use on currency note processing equipment (e.g., LEPE (Large Examining and Printing Equipment)) for wrapping and containing Federal Reserve Notes (FRN) at the Bureau of Engraving and Printing. Currently, BEP uses currency straps and bundle in its Eastern Currency Facility (ECF) located in Washington, DC and Western Currency Facility (WCF) located in Fort Worth, TX. The proposed acquisition is for a single award, multiple year Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with fixed price (FP) line items and a five year period of performance. This is a Sources Sought notice (hereinafter Notice). This is NOT a solicitation for proposals, proposal abstracts, request for bids or quotations, nor, a promise to issue a solicitation in the future. The purpose of this Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Responses to this Notice will assist the Government in determining the appropriate acquisition method and determining interest and capability of potential vendors for this type of requirement. See attached requirement specifications. See attached requirement specifications. Responses to this Notice should include the following: 1. Information regarding pricing, delivery, other market information, or capabilities for planning purposes; to include: a. Pricing: Are there Volume discounts, prompt payment discounts? Is contract financing involved? Payment methodology? b. Alternate Units of measure recommendation: Based on provided specifications suggested units of measure other than metric. b. Delivery: Material Lead Times, c. Commercial practices (e.g. warranty, limitation of liability, etc.). d. Respondents' possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts regarding the product or service in question; e. Commercial practices regarding industry evaluation of or measuring performance; f. Environmental Health & Safety requirements g. Green products or services, bio based product and/or energy efficient requirements; h. Place of manufacture; 2. Respondent's DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc.) pursuant to the applicable NAICS code; 3. Identification of any GSA schedule numbers and SIN category they may possess; 4. Any other information that may be helpful in developing or finalizing the requirements. 5. Vendor's technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. The point of contact for this Notice is: Tonya M. Sullivan, Email: Tonya.Sullivan@bep.gov Email responses to this Notice shall be sent to the attention of individual listed above. Due date for responses are no later than January 27, 2017 12 midnight EST This Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. All costs associated with responding to this Notice are solely at the responding party's expense. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Further, the Government may contact the vendor for additional information regarding the information submitted as part of this market research effort. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. The BEP will not be obligated to pursue any particular acquisition alternative as a result of this notice. Responses to the notice will not be returned. Not responding to this notice does not preclude participation in any future solicitation, if one is issued. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). If so, respondents are solely responsible for properly marking and identifying such information within their response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/50c248031dbe3bc1535595dbab4136af)
 
Place of Performance
Address: ECF or WCF address or possibly at contractor’s site ECF address is 14th & C Streets, S.W., Washington, DC 20228; WCF address is: Bureau of Engraving and Printing, Western Currency Facility, 9000 Blue Mound Road, Fort Worth, Texas 76131, United States
Zip Code: 76131
 
Record
SN04372537-W 20170119/170117234143-50c248031dbe3bc1535595dbab4136af (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.