Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2012 FBO #3788
MODIFICATION

32 -- Industrial Table Saw With Training

Notice Date
4/6/2012
 
Notice Type
Modification/Amendment
 
NAICS
333515 — Cutting Tool and Machine Tool Accessory 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
BEP-RFQ-12-0216
 
Archive Date
5/5/2012
 
Point of Contact
Casey Meng, Phone: 2028749763
 
E-Mail Address
casey.meng@bep.gov
(casey.meng@bep.gov)
 
Small Business Set-Aside
N/A
 
Description
I. OVERVIEW: 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 solicitation No. is BEP-RFQ-12-0216 and this is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56 including amendments effective April 2, 2012. This requirement is being set-aside as a Total Small Businesses set aside under NAICS code 333515. Only qualified Offerors may submit responses. The Government anticipates awarding a Firm Fixed-Price Purchase Order. II. STATEMENT OF NEED: The Bureau of Engraving and Printing (BEP) has a facility located in Washington, D.C. This is a combined production and administrative facility for producing United States currency and other secure documents. This requires adherence to certain security procedures and regulations, and certain safety regulations. In this instance, BEP has a requirement to purchase a durable and safe industrial table saw along with training for the wood shop. The industrial table saw shall have the following salient physical, functional, or performance characteristics of any proposed table saw; General: • 10" blade, • 7.5 horse power, • 36 inch Industrial T glide fence system and table, • Include two (2) replacement blades and any associated consumable parts associated with the blades, and • Include an Operation and maintenance manual. Safety • Ability to capture majority of the sawdust generated, • Riving knife to minimize possible kickback, • Hands free knee height emergency shutdown, • Safety interlocks to prevent machine start up when cabinet is open, and • Features to limit possibility and severity of finger injury. Durability • Structural Stability and • Corrosion Resistant coating. General Quality • Vibration isolation, • Rough edge minimization, and • Precision. Convenience • Easily adjusted - large adjustment wheel and vertical linear blade adjustment, • Low profile blade guard allowing close cuts, and • Tool free blade change. Training: BEP is seeking the ability to have training in regards to the operation and maintenance of the industrial saw that will be provided by the Contractor. If training is proposed to be performed by the Contractor on-site BEP agrees to limited the training to a class size of not to exceed eight (8) designated individuals. In the end, it is left up to the Offeror to propose an approach to perform the training. III. INSTRUCTIONS: To aid in evaluation, quotes shall be clearly and concisely written as well as being neat, indexed as appropriate and logically assembled. All pages of each part shall be appropriately numbered, and identified with the name of the offeror, the date, and the solicitation number to the extent practicable. Quotes are to be formatted using the following applications: Microsoft Word and Excel. An Offeror's overall response shall consist of three (3) Parts, individually entitled as stated below. Failure to furnish a full and complete offer as instructed may result in the Offeror's response being considered unacceptable, therefore eliminated from further consideration and award. Overall, Quotes shall be provided on company letterhead, reference BEP-RFQ-12-0049 and submitted to the attention of Casey Meng, Contract Specialist and be broken down into the below Parts and include the following, but not limited to information: 1. Part I - Pricing: a. Proposed pricing for one (1) industrial table saw. i. Pricing shall include, separately, the cost of the item and delivery/shipping. b. Proposed pricing for the proposed training; i. If able, the Offeror should propose pricing for various alternatives; on-site, off-site, and via video or some other type of method. c. Payment discount terms; and 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 FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items. 2. Part II - Technical: No cost/price information is to be included in this part. a. Detailed technical literature along with necessary description that demonstrate and describes how the proposed solution meets the above characteristics as well as provide all other details about the proposed solution. The below represents key aspects of what BEP will be looking for. i. Characteristics that contribute to the durability and stability of the equipment; characteristics that minimize maintenance, corrosion, or extend the life of the equipment; characteristics that assist with precision or minimize rough edges; solution can work with the stated power supply and that a sufficiently large fence and table system are provided; the types of tools or procedures that are required for blade changes, and any procedures required for handling materials that might otherwise unnecessarily trip safety equipment and how to verify if they would; and the proposed solution reduces severity and incidence of accidents. b. Proposed delivery date of the industrial saw after receipt of award; c. Proposed training approach. Detailed description of the proposed training approach (e.g. will it be performed on-site, off-site, via a video provided, etc), including information on the subjects to be discussed, literature to be provided/used, training requirements, length of training, etc. d. Proposed lead time needed for performance of the on-site training after delivery; 3. Part III - Past Performance Information: No cost/price information is to be included in this part. Past Performance information shall include a list of no more than three (3) contracts or subcontracts, similar in complexity and scope as described in the solicitation, completed or in process, during the past three (3) years. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments, foreign governments and commercial customers. Offerors that are newly formed entities without prior contracts should list contracts as required above for all team members. Include the following information for each contract: i. Name of Customer ii. Contract Number or other identification number iii. Contract Type iv. Total Contract Value v. Contract Period of Performance vi. Description of product provided and related services performed in support of the Contract. Include as much detail as need to demonstrate the contract being similar in labor mix, level of complexity, and scope as described in the solicitation. vii. Point of Contact with correct/current telephone number The Government reserves the right to contact these references as well as use any additional information it obtains. This part shall not exceed five (5) pages in length. IV. DUE DATE: Responses are due no later than noon eastern time April 20, 2012 and will be accepted either via fax at 202-874-2200 or by e-mail sent to casey.meng@bep.gov. V. EVALUATION & AWARD: 52.212-2 Evaluation-Commercial Items (Jan 1999). (a) The Government will award a 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 following factors shall be used to evaluate offers: Technical Past Performance and Price. Technical and past performance, when combined, are more important when compared to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) VI. TERMS AND CONDITIONS: 6.1 Provisions & Clauses: The following provisions and clauses are incorporated by reference and apply to this solicitation: 52.211-17 Delivery of Excess Quantities; 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; 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 52.247-34 F.O.B. Destination. The following clauses cited in 52.212-5 above are applicable; 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 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; 52.222-36 Affirmative Action for workers with Disabilities; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 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. 6.2 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-Determined at award D Street, Between 13th & 14th Sts, S.W. Washington, DC 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 our receiving platform. 6.3 Invoices and Payments: 6.3.1 Invoices shall be submitted electronically through the Internet Payment Platform (IPP). The IPP is a comprehensive payment information service provided at no charge by the U.S. Department of the Treasury's Financial Management Service (FMS). The IPP provides a centralized location to view all transactions in the order-to-pay process, transforming paper-based processes into an electronic process for both the agency and supplier. IPP is the BEP's preferred method of submitting invoices for payment. For contractors who require more information on the IPP program, including enrollment, please contact the support activity using the information below: Internet Payment Platform (IPP) Support (617) 973-3069 IPPgroup@bos.frb.org If your firm is unable to comply with the IPP processing requirements, then the following process shall apply for submission of invoices for payment: Original & 1 Copy to the Paying Office identified in SF 1449 Block 18a 1 Copy to the Designated Point of Contact 6.3.2 Payment Instructions: Payment will be based on receipt of a proper invoice and contract performance. An invoice is a "proper invoice" as defined under FAR Clause 52.212-4(g). The Invoice issues, besides IPP technical related issues are to be handled and resolved between the Contractor and the Designated Point of Contact. The Contractor shall direct all questions and resolve all issues concerning invoices with the Designated Point of Contact (or CO if necessary). Contractor shall direct questions regarding payment to the Designated Point of Contact and/or the designated payment office listed above
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFQ-12-0216/listing.html)
 
Record
SN02716156-W 20120408/120406234743-9da96074878e60ba9a6627d2c61fd6c4 (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.