Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2010 FBO #3045
MODIFICATION

Q -- Custom Molded Silicone Ear Plugs

Notice Date
3/25/2010
 
Notice Type
Modification/Amendment
 
NAICS
339113 — Surgical Appliance and Supplies 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-10-0284
 
Archive Date
4/17/2010
 
Point of Contact
Raina Baker, Phone: 202-874-2132
 
E-Mail Address
raina.baker@bep.gov
(raina.baker@bep.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is Amendment No. 002 to the solicitation. The purpose of Amendment No. 002 is to remove previously posted question and answers and incorporate additional information into Section III, Section VI and Section VII of the solicitation. This Amendment also extends the deadline for responses until April 2, 2010. II. REQUIREMENT: The Bureau of Engraving & Printing (BEP) has a requirement for a contractor to provide recurring on-site custom silicone ear plugs, anchors, cords and a storage case for up to 500 employees at the BEP Washington, DC Facility. The number of employees requiring the services may be higher or lower. The BEP is seeking services onsite at the BEP Health Center during the Day Shift (6:30 am - 3:00 pm), Evening Shift (2:30 am - 11:00 pm) and Midnight Shift (10:30 pm - 7:00 am). The contractor shall meet with each employee to assess their needs and ensure safe and proper usage of the ear plugs. The contractor is responsible for providing an examination of each employees ear prior to fitting as well as training on the use and care of the ear plugs. The contractor shall also provide an optional acoustic filter for each ear plug at the employee's request. The contract shall provide all ear plugs the same day as the fitting unless an optional acoustic filter will be installed. III. RESPONSE INFORMATION: Offerors shall provide the following in response to this solicitation: a) Price: The unit price for each custom ear plug, optional acoustic filter and any shipping costs, unless otherwise stated that this cost is included in the unit price being proposed. b) Technical Capability: Offerors shall provide a general overview of the company's history, technical capability and experience, point of contact information along with any supporting brochures that provide further details about the capabilities of the company. Offeror shall demonstrate the full extent of an Offeror's capability in performing work that is similar in size, scope and/or complexity to the requirement stated herein. c) Past Performance Information: Offerors are to limit past performance information to the past three (3) years and to those which demonstrate that the Offeror is or has performed work that is similar in size, scope and/or complexity to the requirement stated herein. Past performance information provided by the Offeror may include those contracts entered into with the Federal Government, agencies of state and local governments as well as commercial customers. IV. QUESTIONS DEADLINE: All questions are to be submitted either via email to the Contract Specialist, Raina Baker at Raina.Baker@bep.gov or via fax at 202-874-2200 no later than 12:00 P.M. EST March 26, 2010. Solicitation telephone requests will not be honored. V. DUE DATE: Responses to this solicitation shall be submitted to the attention of the Contract Specialist listed herein no later than 09:00 A.M. EST April 2, 2010 via e-mail at Raina.Baker@bep.gov or via fax at (202)-874-2200. VI. EVALUATION & AWARD: The BEP will award a one (1) year Indefinite Delivery Indefinite Quantity (IDIQ) Contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The minimum guarantee is 100 ear plugs and is only applicable to the base period. The BEP reserves the right to extend this Contract for up to 5 years. Interested vendors are encouraged to respond to the Contracting Specialist with a response as specified in Section III of the solicitation. The following non-price factors shall be used to evaluate offers: past performance and technical capability. VII. ORDERING PROCEDURES: After award A RFQ will be submitted to the contract holder which will include the anticipated number of ear plugs to be provided. The contractor shall then provide a quotation to perform the services as requested. Quotations shall reflect unit pricing submitted in original quotation. A subsequent task order will be issued. VIII. PROVISION & CLAUSES: The following provisions and clauses are incorporated by reference and apply to this solicitation: 52.212-1 Instruction to Offers 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; 52.222-22 Previous Contracts and Compliance Reports. 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; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 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. IX. OTHER TERMS AND CONDITIONS: 1. Invoice and Payment Instructions: The Internet Payment Platform (IPP) is the BEP's preferred method for submitting invoices for payment. Contractors shall contact the below for more information on the IPP program, including enrollment: IPP Customer Support Desk (866) 973-3131 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. Delivery Information: 2.1 BEP's Washington, DC facility: Items that need 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/RFQ-10-0284/listing.html)
 
Place of Performance
Address: 14th & C Streets SW, Washington, District of Columbia, 20228, United States
Zip Code: 20228
 
Record
SN02102643-W 20100327/100325235042-8b0d2ee2a4e52e950cfb56a10a0e5aff (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.