|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1997 PSA#1932Department of Treasury (DY), Bureau of Engraving and Printing, Office
of Procurement, 14th & C Sts., S. W., 708-A, Washington, D. C. 20228 36 -- FOIL STAMPING, EMBOSSING AND DIE CUTTING MACHINE SOL
BEP-97-21(N) DUE 092997 POC Contact Joan C. Waters, Contract
Specialist, 202/874-2183. This synopsis is being reissued to extend the
closing date until 9/29/97. This is a combined synopsis/solicitation
for commercial items prepared in accordance with the format in Subpart
12.6 and 13.6, 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. The RFP is identified by No. BEP-97-21(N) and incorporates
provisions and clauses in effect through Federal Acquisition Circular
90-46. This acquisition is unrestricted. The contract type will be firm
fixed price. The scope of work will be for (a) the delivery
installation, setup and testing of one sheet fed, foil stamping,
embossing and die cutting machine to be used in the application of
seals and embossing and/or die cuts to U.S. government documents, (b)
the training of operations and maintenance personnel and (3) the
delivery of operation and maintenance mannuals, a recommended spare
parts list and any non-standard tools required for operation,
adjustment, maintenance or repair. Electric utility of 230 volt, 3
phase, 60 Hertz is available. The machine shall be equipped with an
automatic sheet feeder so that the machine may be operated in either
manual or automatic feed mode. The machine shall have the capacity to
stamp and emboss, simultaneously in one pass, or die cut at least 2000
sheets per hour in the automatic feed mode. The machine shall be a
platen type press that is equipped with an adjustable dwell timer and
a heavy duty bed that can accommodate a combination foil and embossing
die. The machine shall be capable of accepting sheets of up to 24
inches (610mm) in width and 22 inches (559 mm) in length. The machine
shall have the capability of placing a die cut or perforation anywhere
within a 23 inch by 19 inch (584mm by 508mm) area within the sheet.
The machine shall be equipped with a computer or PLC for registration
and foil feed control and any other enhancements necessary for the
application of precision holograms. The machine shall be equipped with
a minimum of two independent foil draws and have the capability of
producing at least two inline foil stamps per impression, up to 27
inches (685mm) on center on each of the foil draws without requiring
more than one foil advance or registration adjustment per eight hour
shift. The machine shall be equipped with a removable honecomb base
mounted heaters equipped with the tempereature controls capable of
adjustment up to at least 300 degrees Fhrenheit (150 degress Celsius).
Required saftey features include emergency stop buttons, saftey
interlocks and tamper resistant controls. The Contractor shall provide
a twelve (12) month warranty, or their standard commercial warranty,
whichever is longer. The warranty shall include all components supplied
by manufacturers of the components. The warranty period shall begin
upon successful completion of the Bureau Acceptance Test (BAT) and
acceptance of the equipment by the BEP. The machine shall be
constructed in accordance with National Electric Code and applicable
sections of OSHA codes. Noise level shall not exceed 85dBA at a
distance of 36 inches (914mm) from any point on the machine at a height
of 48 inches (1220mm) above the floor. In the case where the Annex
building freight elevators cannont accomodate any component of the
offeror's equipment due to excessive weight or size, crane delivery
through a fourth floor window may become necessary. Entry to Room 422-A
is through a double steel door frame with a clear opening of 78 inches
(1981mm) in width and 83 inches (2108mm) in height. If necessary, BEP
can remove the door frame to gain additional clearance. The Contractor
must notify the BEP within 30 days after contrac award of intended
delivery plan in accordance with contract requirements, including
weights and dimensions of deliverable components and specifications for
all required utilities. The Contractor is required to deliver the
machine within 120 days of contract award (offerors are encouraged to
propose an accelerated delivery schedule). The machine shall be
delivered FOB destination within consignee's premises to the BEP's
Shipping and Receiving Department located on D St. between 13th & 14th
Sts., S. W., Washington, D, C. 20228-0001. Receiving hours are 7:30
a.m. -- 2:30 p.m. Monday through Friday. Entrance to the BEP Receiving
Facility is restricted to delivery trucks not higher than 12 feet, 6
inches (3.81 meters) when empty. The minimum dimensions of the door
through which the crates will be transported are 70" wide and 82" high.
The dimensions and capacities of the BEP elevators are; 1) Width --
92"; 2) Height -- 92"; 3) Depth of car -- 12'; and 4) Carrying
capacitoy -- 10,000 lbs. The contractor is required to contact the BEP'
Shipping and Receiving section's appointment hotline (202) 874-2333, at
least twenty-four (24) hours in advance to schedule all deliveries. The
Contractor must be prepared to provide the following information: 1)
Name of sendor (e.g., Contractor), 2) name of carrier, 3) mode of
transportation (e.g., truck, van, automible, 4) purchase order number,
5) contract number, 6) total number of cartons or pallets if
applicable, and 7) total weight. The Contractor will be responsible for
unpacking the machine, installing the machine, within three days, in
Room 422-A (Annex Building), and conducting the Bureau Acceptance Test
(BAT) to assure that the machine complies with all specifications. The
BAT will begin upon completion of equipment installation. The BAT test
will consist of one five (5) hour production run to determine if the
machine has the capacity of producing 2000 acceptable foil stamped and
embossed, four subject sheets per hour of Form N-550, Certificate of
Naturalization. Form N-550 requires the simultaneous foil stamping and
embossing of four devices of approximately 3/4 by 3/4 inches (19mm x
19mm) in size and placed on 12 inch (305mm) centers along the length of
the sheet and 10.5 inch (267mm) centers across the width of the sheet.
The FAR provision at 52.212-1, Instructions to Offerors -- Commercial,
applies to this acquisition and includes the following addenda:
Offerors wanting to observe the BEP's foil stamping operation should
contact Joan C. Waters at (202) 874-2183 as soon as possible to
schedule a site visit. Offerors are advised to include a completed copy
of the provision at FAR 52.212-3, Offeror Representations and
Certifications -- Commercial Items, with its offer. Please call Joan C.
Waters (202) 874-2183 to request a copy of these representations and
certifications. The FAR provision at 52.212-2, Evaluation -- Commercial
Items, is applicable and includes the following addenda: Paragraph (a)
is hereby modified to identify the following evaluation factors: 1)
conformance with technical requirements; 2) the offeror's experience
and resources; 3) the offeror's past performance; 4) the proposed
delivery schedule; and 5) additional features that enhance setup,
operation, maintenance, adjustment control or cleanup. In determining
which proposal offers the greatest value or advantage to the
Government, overall price or cost to the Government will be comparable
in importance to overall technica merit. The machine's technical
requirements will be rated significantly more important than the
proposed delivery schedule. The offeror's past performance and
qualifications wil be of equal importance, but less important than the
proposed delivery schedule. Additional features that enhance setup,
operation, maintenance, adjustment control or cleanup will be
important, but less important than the proposed delivery schedule.
Between substantially equal proposals, the proposed price or cost will
become the determining factor in selection for award. Between proposal
with different proposal ratings, a determination will be made as to
whether the additional technical merit or benefits reflected by a
higher priced proposal warrants payment of the additional price or
cost. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items,
applies to this acquisition and includes the following addenda:
Paragraph (a) is hereby modified to identify the construction
acceptance period of seven (7) calendar days after completion of the
BAT. FAR clause 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders -- Commercial Items, applies to
this acquisition and the following clauses cited in the clause are
applicable to this acquisition; 52.219-8, Utilization of Small, Small
Disadvantaged and Women-Owned Small Business Concerns; 52.222-26 --
Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for
Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative
Action for Handicapped Workers; 52.222-37, Employment Reports on
Special Disabled Veterans and Veterans of the Vietman Era; 52.225-3,
Buy American Act -- Supplies. Offers may be submitted on letterhead
stationary and, at a minimum, must provide: (1) the solicitation
number; (2) the name, address, point of contact an telephone number of
the offeror and size status (i.e., Large,Small, Minority, or
Women-Owned based on SIC Code 3555); (3) terms of any express warranty;
(4) price and discount terms; (5) "remit to" address, if different from
mailing address; (6) a completed copy of the representations and
certifications; (7) a statement specifying the extent of agreement with
all terms, conditions, and provisions included in the solicitation; (8)
provide a list of three references for the past three (3) years for
similar equipment (please include names, phone numbers, and dollar
value); and (9) sufficient technical literature and description to
allow the BEP to evaluate conformance with the technical requirements.
Offers that fail to furnish required representations or information,
or reject the terms and conditions of the solicitation, may be excluded
from consideration. Offers shall be mailed to: Bureau of Engraving and
Printing, Office of Procurement, Room 708-A, 14th & C Sts., S. W.,
Washington, D. C. 20228-0001, Attn: Joan C. Waters. All responsible
sources may submit an offer which shall be considered by the agency.
Offers are due by September 29, 1997, 10:00 a.m. local time. (0258) Loren Data Corp. http://www.ld.com (SYN# 0304 19970917\36-0002.SOL)
36 - Special Industry Machinery Index Page
|
|