SOLICITATION NOTICE
36 -- COPE Numbering Head Upgrade
- Notice Date
- 9/15/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333293
— Printing Machinery and Equipment Manufacturing
- 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-09-0312
- Archive Date
- 10/8/2009
- Point of Contact
- Thomas O'Linn, Phone: (202)874-3238
- E-Mail Address
-
thomas.olinn@bep.treas.gov
(thomas.olinn@bep.treas.gov)
- Small Business Set-Aside
- N/A
- 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. The document # is RFQ-09-0312 and this is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36 including amendments effective August 11, 2009. This requirement is using NAICS code 333293. The Government anticipates awarding a Firm Fixed price purchase order. I. REQUIREMENT: The Bureau of Engraving and Printing (BEP) requires the following; CLIN 001 - Description: Upgrade of COPE Numbering Heads. Quantity: Four hundred (400) units. CLIN 002 - Description: Part # AAL09177 Numbering boxes (1 Each Press). Quantity: Three (3) CLIN 003 - Description: Part # HAAB040000040 Controllers (1 Each Press). Quantity: Three (3) CLIN 004 - Description: Part # RISEC rings (12 Each Press). Quantity: Thirty-six (36) CLIN 005 - Description: Installation of sixty-four (64) COPE Numbering Heads, one (1) CLIN 002, one (1) CLIN 003 and one (1) CLIN 004 per press. Quantity: three (3). CLIN 006 - Description: Travel charges associated with Installation. CLIN 007 - Description: Shipping charges for CLIN 001 through CLIN 004. Important requirement: COPE Number Heads must incorporate backward counting. Double seal holder must be complete with magnet-impulse tracking frame with holder. II. DELIVERY INFORMATION: Place of Delivery: The Contractor will be notified of which address the COPE Numbering Heads and Parts (i.e. CLINs 003, 004 and 005) are to be delivered to. Refer to Section X.4 below for address information. FOB Point: F.O.B. Destination within Consignees Premises Date of Delivery: The BEP expectation is for the Contractor to provide Upgraded Numbering Heads within two (2) weeks of receipt. As for the aforementioned Parts (i.e. CLINs 003, 004 and 005) the BEP expectation is for the Contractor to have them arrive on-site to the BEP specified address at least two (2) weeks prior to installation of the Upgraded COPE Numbering Heads. III. CONTRACTOR RESPONSIBLITIES: The Contractor shall be responsible for; 1. Providing all labor, materials, transportation, equipment, tools, training, supplies and management and supervision and all other items to provide the aforementioned services and Parts to the BEP. 2. Coordinating and scheduling with the COTR the shipping (both ways), receiving and installation of the COPE Numbering Heads and Parts. a. The BEP anticipates shipping COPE Numbering Heads to be upgraded in LOTS of upwards of one-hundred fifty (150) units. b. The Contractor shall provide and ship to the BEP the Upgraded COPE Numbering Heads in LOTS of 64 units, with the final LOT being 16 units. 3. Applying all percentage discounts for each returned existing head against the invoice amount owed by the BEP. 4. Immediately notifying the COTR of any issues or delays with performing the services, with specific attention to issues involving the COPE Numbering Heads. 5. Providing the BEP with a point of contact along with a back-up point of contact for the duration of this effort. This point of contact shall be responsible for all matters in regards to this effort. IV. INSTRUCTIONS: Responses shall be provided on company letterhead, reference RFQ-09-0312 and submitted to the attention of the Contract Specialist listed herein either via their fax or via e-mail and be broken down as follows; a) Pricing shall be provided as follows; • A unit price and total proposed price for CLIN 001, CLIN 002, CLIN 003, CLIN 004 and CLIN 005, • A total proposed price for CLIN 006 and CLIN 007, • A grand total price adding all proposed CLINs together. • Proposed discount payment terms • Proposed percentage discount for each returned existing head. b) If applicable, a discussion of any assumptions the Offeror took in the development of their response and c) If applicable, a discussion of any exceptions to the solicitation terms and conditions and/or any proposed additional terms and conditions. Offerors who fail to complete and submit a response according to the above instructions may be considered non-responsive, thus not considered for award. V. QUESTIONS DEADLINE: All questions are to be submitted to the Contract Specialist listed herein via either their email or via fax no later than 12:00 p.m. EST September 18, 2009. VI. DUE DATE OF RESPONSE: RESPONSES ARE DUE NO LATER THAN 4:00 PM EST September 23, 2009 and are to be submitted to the Contract Specialist listed herein either via their fax or via e-mail. VII. CONTACT INFORMATION: The point of contact for this solicitation is the Contract Specialist, Thomas O'Linn who can be reached via e-mail at Thomas.olinn@bep.treas.gov or via telephone at 202-874-3238. His fax number is (202)-874-2200 and address is Bureau of Engraving and Printing, Office of Acquisition, 14th and C Streets SW, Room 705-A, Washington, DC 20228-0001. VIII. EVALUATION & AWARD: The Government will award a purchase order resulting from this solicitation to the responsible offeror(s) whose offer(s) conforming to the solicitation will be most advantageous to the Government, price and other non-price factors considered. IX. PROVISIONS AND CLAUSES: The following provisions and clauses are incorporated by reference and apply to this acquisition: 52.211-17 Delivery of Excess Quantities; 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 with Alternate I and II; 52.247-35 F.O.B. Destination within consignee's premises. The following clauses cited in 52.212-5 above are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-21 Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-26 Equal Opportunity (E.O. 11246); 52.222.36 Affirmative Action for workers with Disabilities; 52.222-41 Service Contract Act of 1965; 52.225-1 Buy American Act-Supplies; 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. X. OTHER TERMS: 1. Payment Instructions: The Internet Payment Platform (IPP) is the BEP's preferred method for contractors submitting invoices for payment. Contractors shall contact the below for more information on the IPP program, including enrollment: Internet Payment Platform (IPP) Support 617-973-3069 IPPgroup@bos.frb.org A copy of the invoice is to be submitted to the COTR listed herein. If unable to comply with the IPP processing requirements, then the following process shall apply for submission of invoices for payment: The Contractor shall submit invoices to the designated payment office below along with one (1) copy to the COTR listed herein. The BEP designated payment office is; U.S. DEPARTMENT OF THE TREASURY Bureau of Engraving and Printing Office of Financial Management Accounting Division, Room 302-34A 14th and C Streets, S.W. Washington, D.C. 20228-0001 2. DTAR 1052.201-70 Contracting Officer's Technical Representative (COTR) Appointment and Authority (Apr 2004): 2.1 The Contracting Officer's Technical Representative (hereinafter "COTR") is as follows; Name: To be completed upon award Address: Bureau of Engraving and Printing 14 & C Streets, S.W. Room To be completed upon award Washington, D.C. 20228 Phone No.: To be completed upon award 2.2 Performance of work under this contract must be subject to the technical direction of the COTR identified above, or a representative designated in writing. The term ″technical direction" includes, without limitation, direction to the contractor that directs or redirects the labor effort, shifts the work between work areas or locations, fills in details and otherwise serves to ensure that tasks outlined in the work statement are accomplished satisfactorily. 2.3 Technical direction must be within the scope of the work statement of the contract. The COTR does not have authority to issue technical direction that: 2.3.1 Constitutes a change of assignment or additional work outside the work statement of the contract; 2.3.2 In any manner causes an increase or decrease in the contract price, or the time required for contract performance; 2.3.3 Changes any of the terms, conditions, or the work statement of the contract; 2.3.4 Interferes with the Contractor's right to perform under the terms and conditions of the contract; or 2.3.5 Directs, supervises or otherwise controls the actions of the Contractor's employees. 2.4 Technical direction may be oral or in writing. The COTR shall confirm oral direction in writing within five (5) business days, with a copy to the CO. 2.5 The Contractor shall proceed promptly with performance resulting from the technical direction issued by the COTR. If, in the opinion of the Contractor, any direction of the COTR, or his/her designee, falls within the limitations in 3.3, above, the Contractor shall immediately notify the CO no later than the beginning of the next Government work day. 2.6 Failure of the Contractor and the CO to agree that technical direction is within the scope of the contract shall be subject to the terms of the subparagraph dealing with Disputes in the FAR Clause 52.212-4. (End of clause) 3. Parking: The Government will not be responsible for providing parking for Contractor personnel when performing the installation services at the BEP. 4. Delivery Information: 4.1 BEP's Washington, DC facility: Items needed to be delivered to the BEP's Washington, DC facility shall be delivered to the following address: The Bureau of Engraving and Printing Annex Building Shipping and Receiving D Street, Between 13th and 14th Streets, S. W. Washington, D. C. 20228-001 Receiving hours for deliveries are 8:00 a.m. to 2:15 p.m., local time, Monday through Friday, excluding U.S. Government holidays and BEP year-end shutdown (which normally occurs between December 24 and January 1). The Contractor shall call the BEP appointment line at (202) 874-2333 at least twenty-four (24) hours in advance to schedule approximate delivery times. The appointment line is staffed from 8:30 am to 2:30 pm. Monday through Friday. A voice mail message maybe left after normal working hours. The following information should be provided: - Name of supplier/manufacturer - Contact Person with phone number - Contract/Purchase Order Number - Total number of cartons or pallets - Total weight - Date and Time of Delivery *Note the following loading dock limitations for deliveries made to Washington D.C.: Over the road vehicles having an overall height exceeding 12'6" (3.8 meters) empty, or an overall length exceeding 42' (12.8 meters) cannot be accommodated at the receiving platform. 4.2 BEP's Landover Warehouse Information: Items needing to be delivered to the BEP Landover Warehouse shall be delivered to the following address: U. S. Department of the Treasury Bureau of Engraving and Printing 3201 Pennsy Drive, Landover Maryland Receiving hours for deliveries are 7:30 a.m. to 2:30 p.m., local time, Monday through Friday, excluding U.S. Government holidays and BEP Year-End-Shutdown (which normally occurs between December 24 and January 1). The Contractor shall call the Landover Warehouse appointment line at (202) 874-0874 at least at least twenty-four (24) hours in advance to schedule deliveries. The appointment line is staffed from 7:00 am to 3:00 pm Monday through Friday. The following information should be provided: - Name of supplier/manufacturer - Contact Person with phone number - Contract/Purchase Order Number - Total number of cartons or pallets - Total weight - Date and Time of Delivery
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/RFQ-09-0312/listing.html)
- Record
- SN01955630-W 20090917/090916001935-b4b6fe909e29638e680c01fdf0a3976c (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 |