SOLICITATION NOTICE
V -- Rigging and Moving services in support of the BEP’s facility located in Fort Worth, Texas
- Notice Date
- 10/30/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238290
— Other Building Equipment Contractors
- 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
- RFQ-09-0029
- Point of Contact
- Thomas O'Linn,, Phone: (202)874-3238
- E-Mail Address
-
thomas.olinn@bep.treas.gov
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS 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 ALSO A 100% SMALL BUSINESS SET-ASIDE. The document # is RFQ-09-0029 and this is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27 including amendments effective October 17, 2008. This requirement is being set-aside for Small Businesses using NAICS codes 238290 and 488991, with 238290 being the primary. Only qualified Offerors may submit responses. The Government anticipates awarding a Firm Fixed price agreement. STATEMENT OF NEED: The Bureau of Engraving and Printing's (hereinafter "BEP") requires the removal of two (2) obsolete I-10A printing presses (Presses) from its Western Currency Facility (WCF) located at 9000 Blue Mound Road, Fort Worth, TX 76131. A. PURPOSE: This statement of need requires a Contractor to; 1. Supply all rigging and moving services necessary to remove the two (2) Presses, specifically Nos. 11 & 21 from the BEP's WCF, 2. Dispose of/ Recycle identified Press components and 3. Transport and deliver other identified Press components to the BEP's Landover Maryland warehouse. B. PERIOD OF PERFORMANCE: Services shall occur either on a Saturday, Sunday or a Federal Holiday. The Government anticipates that services will be performed on one of the following weekends; November 15, 2008, November 22, 2008 or December 6, 2008. The Government will finalize the exact date and time for the performance the services with the Contractor upon award. C. CONTRACTOR RESPONSIBLITIES: The Contractor shall be responsible for the following, but not limited to; 1. Supplying all rigging and moving services necessary to remove the Presses from the WCF. This is inclusive of but not limited to; a. Removing and disposing of/recycle any unusable Press components. See Section D below for additional details in regards to some of the possible Press components that may need to be removed and disposed of/ recycled. i. Because the materials of the Press components are steel, iron and other metal, the Contractor shall seek to dispose of these components by sending them to a Recycler. ii. The Contractor shall provide weight scale tickets for empty and full, and from the place where the Press components were disposed/ recycled. (1) The Contractor shall submit documentation to the COTR reflecting how much money the Contractor received from disposal/recycling these components. This money will be used as a credit on the invoice. iii. Disposal of these components shall be in accordance with all applicable OSHA, EPA, Federal, state, and all other laws, regulations. b. Packaging in a weatherproof crate suitable for overland shipping the identified Press components. i. The two (2) print units, which are components of the Press shall be treated with rust preventative (e.g. Cosmoline) prior to shipment and transport overland to their final destination. c. Transporting and delivering the identified Press components to the BEP's Landover Maryland warehouse. See Section D for the indentified Press components to be shipped and delivered to the BEP's Landover Maryland warehouse and Section G for the address. 2. Supplying the fork trucks necessary to perform these services. a. All fork trucks shall be either electric or exhaust emission controlled propane fork trucks. b. All fork trucks shall have certificates that verify valid inspection status. c. All fork truck operators shall carry valid fork truck driver's training certification. 3. Verifying all the measurements and weights of the Presses prior to initiating work. 4. Complying with any and all applicable Federal, State and Local regulations in regards to the performance of this services. D. GENERAL SPECIFICATIONS: Press components vary in size from 3'x3'x4' weighing several hundred pounds to the print unit that measures approximately 10' x 10' x 8' weighing approximately 50,000 lbs. Press components are made of steel and cast iron materials. Listed below are the major components. • Print Unit (2) 120" x 120" x 96" Ship to Landover, MD. • Feeder (1) 50" x 64" x 105" Dispose of/ Recycle • Feeder (1) 50" x 64" x 105" Ship to Landover, MD. • Transfer Unit (2) 52" x 66" x 19" Move to WCF warehouse • Fountain (2) 48" x 80" x 72" Dispose of/ Recycle • Delivery, middle (1) 100" x 98"x 66" Dispose of/ Recycle • Delivery, end (1) 91" x 98" x 66" Dispose of/ Recycle • Delivery, middle (1) 100" x 98"x 66" Ship to Landover, MD. • Delivery, end (1) 91" x 98" x 66" Ship to Landover, MD. • Electrical Cabinet (1) 128" x 100" x 28" Dispose of/ Recycle • Dalmar Unit (2) 92" x 80" x 44" Dispose of/ Recycle The above measurements and weights are approximate and shall be verified by the Contractor prior to initiating work. E. BEP RESPONSIBLITIES: The BEP will be responsible for the following; 1. Providing personnel knowledgeable in Press construction in order to assist the Contractor with the removal of the Presses from the place of performance. 2. Offloading the indentified Press components upon delivery at the place of delivery. See Section D above for the indentified Press components the BEP will be responsible for at the place of delivery. F. PLACE OF PERFORMANCE: Services shall be performed on-site at the following government facility. Western Currency Facility (WCF), 9000 Blue Mound Road, Fort Worth, TX 76131 G. PLACE OF DELIVERY: The indentified Press components shall be delivered to the following government address; Bureau of Engraving and Printing Landover Warehouse 3201 Pennsy Drive Landover, Maryland 20785 H. OTHER: 1. The BEP reserves the right to provide the means of press component disposal. 2. Due to the high level of security at the BEP's WCF the Contractor shall allow for additional time to gain access to and from the facility. This can be anywhere of up to four (4) hours. 3. The BEP is not anticipating under this effort for the Contractor to have to disassemble the Presses. The Presses are to be prepared in a manner to enable the Contractor to be ready to perform. 4. The Presses will be provided "As-Is" therefore the Contractor shall be prepared for the Presses to contain grease and oil. SITE VISIT: A SITE VISIT WILL BE CONDUCTED ON NOVEMBER 3, 2008 AT 11:00 AM CST. Interested parties are strongly encouraged to visit the BEP's facility in order to view first hand the equipment to be removed, loading dock access, and space limitations. Contact Thomas O'Linn at 202-874-3238 by 5:00pm October 31, 2008 to indicate your attendance. INSTRUCTIONS: Interested parties shall provide a response in accordance with the below instructions. Response shall be provided on company letterhead, reference RFQ-09-0029 and submitted to the attention of Thomas O'Linn, Contract Specialist. Offerors shall include within their response the following; a) Price: a total proposed price, showing separate pricing for each of the three main components of this service; Moving and Rigging, Disposal and Transportation and Delivery, b) Technical: (i) information describing the company's technical capability in regards to its ability and readiness (e.g. type of equipment to be used, manpower) to perform the services within the period of performance, (ii) indication of the disposal/recycling facility to be used, (iii) indication of the shipping company to be used, the method and mode of transportation, (iv) indication of any teaming arrangements or portions of the service that will be subcontracted out, (v) any additional information pertaining to aide in the understanding thereof. c) Past Performance: Past performance of performing work of similar size, scope and/or complexity of services. Offerors who fail to complete and submit a response according to the above instructions may be considered non-responsive, thus not considered for award. Offerors shall limit their response to no more than eight (8) pages. DUE DATE: RESPONSES ARE DUE NO LATER THAN 4:00 PM EST NOVEMBER 5, 2008 and will be accepted either via fax at 202-874-2200 or by e-mail sent at Thomas.olinn@bep.treas.gov. EVALUATION & AWARD: Offerors will be evaluated on the following factors; technical, price and past performance. The Government reserves the right to award to other than the low Offeror. QUESTIONS DEADLINE: All questions are to be submitted via email to Thomas.olinn@bep.treas.gov no later than November 4, 2008, 12:00p.m. EST. PROVISIONS AND CLAUSES: The following provisions and clauses are incorporated by reference and apply to this acquisition: 52.212-1 Instruction to Offers Commercial Items; 52.212-2 Evaluation 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 or Executive Orders - Commercial Items. The following clauses cited in 52.212-5 above are applicable to this acquisition: 52.219-6 Notice of Total Small Business Set-Aside; 52.222-26 Equal Opportunity (E.O. 11246); 52.222.36 Affirmative Action for workers with Disabilities; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232.33 Payment by Electronic Funds Transfer-Central Contractor Registration. The full text of these provisions and clauses may be accessed electronically at: http://acquisition.gov/far.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1dc165660019cbffacf949263f25a2ef&tab=core&_cview=1)
- Place of Performance
- Address: Bureau of Engraving and Printing, 9000 Blue Mound Road, Fort Worth, Texas, 76131, United States
- Zip Code: 76131
- Zip Code: 76131
- Record
- SN01698530-W 20081101/081030215022-1dc165660019cbffacf949263f25a2ef (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 |