Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2012 FBO #3711
SOURCES SOUGHT

78 -- Exercise Equipment

Notice Date
1/20/2012
 
Notice Type
Sources Sought
 
NAICS
339920 — Sporting and Athletic Goods 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-BEP-12-0037
 
Point of Contact
Yvette Anderson, Phone: 202-874-3151
 
E-Mail Address
yvette.anderson@bep.gov
(yvette.anderson@bep.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
1. RFQ 2. 12/08/2011 3. 11!! 4. 20228!! 5. 7830!! 6. Department of Treasury, Bureau of Engraving and Printing, Office of Acquisition Equipment & Services Division, 14th and C Streets SW, Room 705-A, Washington, D.C. 20228!! 7. RFQ for Treadmill & Upright Spin Bikes 8. BEP-RFQ-12-0037 9. 12/15/2011 10. Yvette Anderson, Contract Specialist, 202-874-3151 11. through 15 NA!! 16. I. STATEMENT OF NEED: This Request for Quote is being issued against GSA Schedule 78 Category/SIN 192 08. The Bureau of Engraving and Printing (BEP) has a requirement for the purchase of the following BRAND NAME or EQUAL to items; 1. Life Fitness Integrity Series Treadmill CLST….Quantity 1, with an option to purchase an additional unit. 2. Le Tour De France Indoor Cycling Bike….Quantity 2 II. INSTRUCTIONS: Interested parties shall provide a quote in response to this RFQ no later than 01/30/2012 either via fax at 202-874-2200 or by e-mail sent to yvette.anderson@bep.gov. Quotes shall be provided on company letterhead, reference BEP- RFQ-12-0037and submitted to the attention of Yvette Anderson, Contract Specialist. In addition, be separated into the following sections and include the information requested therein. 1. Section I Pricing: a. Proposed pricing for the item in the quantity listed in Section II above. Pricing shall include the cost of delivery/shipping; b. Payment discount terms. 2. Section II – Technical: a. Delivery date after receipt of award; b. Technical literature regarding the items being proposed. c. Warranty information. d. In addition, unless available via ORCA (i.e. www.orca.bpn.gov) Offerors are also to include a completed copy of their Representations and Certifications as per the provision 52.212-3, Offeror Representations and Certifications—Commercial Items. III. DUE DATE: Responses are due no later than 2:30 P.M. Eastern Time January 30, 2012 and will be accepted either via fax at 202-874-2200 or by e-mail sent to yvette.anderson@bep.gov. IV. EVALUATION & AWARD: Evaluation shall be in accordance with FAR provision 52.212-2 EVALUATION COMMERCIAL ITEMS. The Government will award a delivery order 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 factors used to evaluate offers shall be Technical, Socio-economic Status, and Price. Technical and Socio-economic Status when combined are slightly more important than price. However, the strength of the Government's preference for such non-price factors depends on the marginal cost of obtaining higher technical merit. The Government reserves the right to award to other than the lowest offer. V. TERMS AND CONDITIONS: 5.1 Provisions & Clauses: The following clauses are incorporated by reference and apply to this solicitation in addition to those prescribed in the aforementioned GSA Schedule: 52.211-17 DELIVERY OF EXCESS QUANTITIES (SEPT 1989) 52.247-34 F.O.B. DESTINATION (APR 1984) 5.2 Washington, DC: Supplies or other 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 Attention: To be completed upon award D Street, Between 13th and 14th Streets, S. W. Washington, D. C. 20228- 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. 5.3 Electronic Invoicing and Payment Requirements – Internet Payment Platform (IPP): Payment requests must be submitted electronically through the U.S. Department of the Treasury’s Internet Payment Platform System (IPP). “Payment request” means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), “Payment documentation and process” and the applicable Prompt Payment clause included in this contract (see Section I below). The IPP website address is: https://www.ipp.gov Under this award, the following documents are required to be submitted as an attachment to the IPP invoice. Not Applicable_ The Contractor must use the IPP website to enroll, access, and use IPP for submitting requests for payment. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the CO. 17. NA!! 18. NA!! 19. NAICS Code 339920 [ ] Approved for Transmission Thomas O’Linn Contracting Officer Equipment & Materials Division
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/RFQ-BEP-12-0037/listing.html)
 
Place of Performance
Address: 301 14th St SW, Washington, District of Columbia, 20228, United States
Zip Code: 20228
 
Record
SN02657908-W 20120122/120120234102-1356cfcaf24a7b06c1a748e7ebd6836d (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.