Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1997 PSA#1932

Department 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