|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 24,1997 PSA#1978Department of the Treasury (DY), Bureau of Engraving and Printing
Office of Procurement, 14th & C Sts., SW, Room 708-A, Washington, DC
20228 36 -- SHEETFED, 6-COLOR, PERFECTING, OFFSET PRESS SOL BEP-98-10(N) DUE
120897 POC Donald J. Anderson, Contract Specialist, (202) 874-3235 WEB:
Equipment and Services,
http://www.ustreas.gov/treasury/bureaus/bep/proc/serv2.html. E-MAIL:
Contact: Donald Anderson, donald.anderson@bep.treas.gov. This is a
combined synopsis/solicitation for commercial items issued in
accordance with Federal Acquisition Regulation (FAR) Subpart 13.6, as
supplemented with additional information included in this notice. This
acquisition is being conducted in accordance with revised FAR Part 15,
Final Rule (FAC 97-02). This announcement constitutes the only
solicitation; proposals are being requested and a written solicitation
will not be issued. This RFP is identified as No. BEP-98-10(N) and
incorporates provisions and clauses in effect through Federal
Acquisition Circular 97-02. This acquisition is unrestricted. The
contract type will be firm-fixed price. Due to the limited budget
allocated for this project, the Government's objective is to expend no
more than $1 million dollars for a new or refurbished press. The scope
of work will be for the manufacturing or refurbishing, delivering,
installing, testing and training required for one sheetfed, 6-color,
perfecting, offset press. The press shall produce quality printing
using the following materials: (1) Paper which may be non-glossy
coated, high-glossy coated, highly calendered uncoated, or high quality
offset; (2) Paper Size is 40 inches (wide) X 26 inches (long) (1016 mm
X 660 mm); (3) Paper thickness varies between 0.003" to 0.030" (0.076
mm to 0.760 mm); (4) Printing screens are greater than or equal to 250
lines per square inch (39 lines per square centimeter); (5) Dampening
solution and inks are non-alcohol based; (6) Printing plates are
aluminum, 0.012 " thick (0.305 mm). The press shall conform to the
following technical requirements: (1) Offset printing; (2) Sheetfed;
(3) 6 color; (4) Perfecting, 2 over 4; (5) Printing width is 38 inches
(965 mm); (6) Continuous infeed; (7) Speed for one side printing is
12,000 sheets per hour, and for perfecting is 10,500 sheets per hour;
(8) Electronic registration controls, laterally and circumferentially;
(9) Computerized inking control; (10) Ink agitator in each ink
fountain; (11) Individual roller oscillations adjustable from the
exterior of the press; (12) Manual ink replenishment is acceptable;
(13) Automatic blanket washing system; (14) Cylinders have bearers;
(15) Plates pin registered; (16) Continuous delivery; (17) Central
dampening solution system with modules for each individual printing
unit; (18) Make Ready is less than 600 sheets and machine caused
spoilage is not greater than 3.5% for production run (Spoilage is
defined, but not limited to, printed matter not meeting the identified
quality attributes); (19) Requires no more than two Operators and one
Helper; and (20) Is capable of operating three 8-hour shifts per day,
five days per week, fifty weeks per year. The printing quality
attributes are: (1) Color-to-Color registration, + 0.003" (0.076 mm);
(2) Back-to-Back registration, + 0.015" (0.381 mm); (3) Print-to-Edge,
+ 0.008" (0.203 mm); and (4) No greater than 15% dot gain at 50%
density. The press shall be constructed in accordance with the National
Electric Code and applicable sections of OSHA regulations and have
single point connections for main electricity and compressed air;
require 480-volt, three-phase or 230-volt, single-phase electrical
power, a noise level which does not exceed 85 dB, A-Scale, at a
distance of 36 inches (914 mm) from any point on the press at a height
of 48 inches (1,220 mm) above the follow; and requires no more than 80
psig, 15 scfm compressed air. The technical panel may conduct a
preaward test at the factory or test site within 14 calendar days after
determination of the apparent successful offeror. During this test, the
technical panel shall inspect the press, mechanically and electrically,
ensuring compliance with the specifications and then the offeror will
perform all testing for print quality using color separations from the
Graphic Arts Technical Foundation (GATF). The Bureau will provide the
color separations and the paper for the test printing. The inspecting
and testing period shall be three calendar days or less in length.
Contract award will be contingent upon successful completion of the
test among other factors. If the test is unsuccessful, the offeror will
be eliminated from further consideration and the next apparent
successful offeror's press will be tested. Test costs shall be included
in the overall price; however, the Bureau will not pay for any
unsuccessful test. The Government may waive pre-award tests of new
presses. The Contractor shall deliver the press within 135 calendar
days of contract award. Offerors who propose an accelerated delivery
schedule will receive additional points in the evaluation. The
Contractor shall deliver the press FOB destination within consignee's
premises to the BEP's Shipping & Receiving Department located on D
Street between 13th & 14th Sts., SW, Washington, DC 20228-0001. The
Contractor shall contact the BEP's Shipping and Receiving section's
appointment hotline, (202) 874-2333, at least 24 hours in advance to
schedule all deliveries. The Contractor is responsible for unpacking
the press, installing it in Room B-300 (Main Building), and conducting
the Bureau Acceptance Test (BAT) to inspect and operate the press for
compliance with the specifications. The Contractor shall provide
certification regarding the National Electric Code and OSHA regulation
compliance. For the BAT, the Bureau will provide only the color
separations, the plates and the paper(s), for the printing test. The
press will maintain: (1) perfecting print, 2 over 4; (2) a continuous
infeed; (3) a printing speed of 12,000 sheets per hour or 10,500 sheets
per hour; (4) lateral and circumferential registration electronically;
(5) ink control electronically; (6) print quality within registration
requirements, i.e., color-to-color, back-to-back, and print-to-edge,
and dot gain; (7) spoilage at 3.5% or less of the production run; (8)
complete make ready printing with less than 600 sheets; and (9) provide
manufacturer's standard literature consisting of a complete part's
list, wiring diagram, control program listings, and operating and
maintenance manuals/instructions. If the BAT test is deemed
unacceptable, the Bureau reserves the right to require a full retest or
a partial retest of the equipment. After successful completion of the
BAT, the Contractor shall provide a start-up technician to conduct
three consecutive days (8 hours each day) of training and
troubleshooting. The Contractor shall provide a warranty for one year
or more, if the selected press is new, or a warranty of 60 calendar
days or more on parts and labor if the press is refurbished. The
provision at 52.212-1, Instructions to Offerors -- Commercial, applies
to this acquisition. Offerors are advised to include a completed copy
of the provision at FAR 52.212-3, Offeror Representations and
Certifications -- Commercial Items, with their offer. (These files may
be downloaded from the BEP Office of Procurement, Equipment and
Service Contracts Division Internet Home page located at:
http://www.ustreas.gov/bureaus/bep/proc/serv2.html or requested by mail
or fax at 202/ 874-2200). FAR provision 52.212-2, Evaluation --
Commercial Items, is applicable and includes the following addendum:
Paragraph (a) is hereby modified to identify the following evaluation
factors: (1) year of manufacture, (2) number of impressions on the
press, (3) conformance with technical requirements; (4) the Offeror's
proposed delivery schedule; (5) the Offeror's qualifications; and (6)
the Offeror's past performance. The offeror shall provide three (3)
references and phone numbers for customers who have bought the same or
similar presses. The offeror shall also provide the press
manufacturer's name, which shall be used for informational purposes
only. The Offeror's proposal will be given extra technical evaluation
points if the proposal offers any of the following: (1) Segmented
blades with zone controls on each inking fountain; (2) Inking fountains
with liners; (3) Interchangeable inking train rollers; and (4)
Impression cylinders, past the perfector, with removable, replaceable
metal jackets; and (5) accelerated delivery schedule. In determining
which proposal offers the greatest value or advantage to the
Government, overall price or cost to the Government will be
approxmately equal to overall technical merit. The press's technical
requirements are considered the most important, and only slightly more
important than the number of impressions the press has experienced.
The number of impressions is slightly more important than the year of
manufacture of the press, which is slightly more important than the
Offeror's qualifications and the Offeror's past performance, which are
all of equal importance. The Offeror's proposed delivery is less
important than any factor listed above. Between substantially equal
proposals, the proposed price or cost will become the determining
factor in selection for award. Between proposals with different
technical scores, 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, ContractTerms and Conditions -- Commercial Items, applies to
this acquisition and includes the following addendum: Paragraph (a) is
hereby modified to identify the constructive acceptance period of seven
calendar days after completion of the Bureau Acceptance Test (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; 52.203-6, Restrictions on Subcontractor
Sales to the Government, with Alternate I (41 U.S.C. 23g and 10 U.S.C.
2402); 52.203-10, Price or Fee Adjustment for illegal or Improper
Activity (41 U.S.C. 423); 52.219-8, Utilization of Small Business
Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)
(2) and (3)); 52.219-9, Small, Small Disadvantaged and Women-Owned
Small Business Subcontracting Plan (15 U.S.C. 637 (d)(4)); 52.219-14,
Limitation on Subcontracting (15 U.S.C. 637(a)(14)); 52.222-26, Equal
Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special
Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36,
Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37,
Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era (38 U.S.C. 4212). Offers may be submitted on letterhead
stationary and, at a minimum, must provide (1) the solicitation number;
(2) the name, address, point of contact and telephone number of the
offeror; (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 solicitations; and (8)
sufficient technical literature and description to enable the Bureau to
evaluate conformance with the technical requirements as well as
evaluate the offeror's past performance, qualifications, and proposed
delivery schedule. Literature should include the manufacturer's
standard literature consisting of a parts list, wiring diagrams,
control program listings, operating and maintenance instructions, and
the manufacturer's recommended spare parts inventory. Offerors who fail
to furnish required certifications, representations, information, or
reject the terms and conditions of the solicitation, may be excluded
from consideration. Offers are due by December 8, 1997, 4:30 PM local
time. Offers shall be mailed to: The Bureau of Engraving and Printing,
Office of Procurement, Room 705-A, 14th and C Streets, S.W,
Washington, D.C. 20228-0001, Attn: Andy Anderson or faxed to
202/874-2200. If faxed, an original copy must be mailed to the BEP at
the address listed above. All responsible businesses may submit an
offer which shall be considered by the agency.***** (0324) Loren Data Corp. http://www.ld.com (SYN# 0168 19971124\36-0002.SOL)
36 - Special Industry Machinery Index Page
|
|