SOLICITATION NOTICE
66 -- RFQ for Keyence & CCS parts - Attachment 1 - Item Listing
- Notice Date
- 5/8/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument 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-12-0227
- Archive Date
- 5/25/2012
- Point of Contact
- Casey Meng, Phone: 2028749763, Thomas O'Linn, Phone: (202)874-3238
- E-Mail Address
-
casey.meng@bep.gov, thomas.olinn@bep.gov
(casey.meng@bep.gov, thomas.olinn@bep.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 1 - Item listing 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 document # is BEP-RFQ-12-0227 and this is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 including amendments effective April 18, 2012. This requirement is being set-aside as a Total Small Businesses set aside under NAICS code 334516. Only qualified Offerors may submit responses. The Government anticipates awarding one or more Firm Fixed-Price Purchase Order(s). II. STATEMENT OF NEED: The Bureau of Engraving and Printing (BEP) has a requirement for the purchase of various CCS America, Inc. and Keyence Corp of America brand name parts in the quantity listed as described in Attachment 1 - List of Items. III. INSTRUCTIONS: To aid in evaluation, quotes shall be clearly and concisely written as well as being neat, indexed as appropriate and logically assembled. To the extent practicable all pages of each part shall be appropriately numbered, and identified with the name of the offeror, the date, and the solicitation number. An Offeror's overall quote 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-12-0227 and submitted to the attention of the Contract Specialist listed herein and be broken down into the below Parts and include the following, but not limited to information: 1. Section I Pricing: a. Completed Attachment 1 reflecting the proposed pricing for each item being proposed in the quantity listed therein. Pricing shall include the cost of delivery/shipping; b. Payment terms. 2. Section II - Technical: a. Delivery date after receipt of award; b. 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. 3. Part III - Past Performance: No cost/price information is to be included with this Part. Past Performance information shall include a list of no more than three (3) contracts or subcontracts, similar in labor mix, level of 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: a. Name of Customer b. Contract Number or other identification number c. Contract Type d. Total Contract Value e. Contract Period of Performance f. 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. g. Point of Contact with correct/current telephone number The offeror may provide information on problems encountered on the contract(s) and corrective actions taken to resolve those problems. The Government reserves the right to contact these references as well as use any additional information it obtains. This section shall not exceed four (4) pages in length. V. DUE DATE: Quotes are due no later than 3:00 P.M. Eastern Time May 10, 2012 and will be accepted either via fax or by e-mail. Quotes are to be directed to the Contract Specialist listed herein. VI. POINT OF CONTACT: The primary point of contact for this solicitation is Casey Meng who can be reached via telephone at 202-874-9763, via e-mail at casey.meng@bep.gov or via fax at (202)-874-2200. VII. EVALUATION & AWARD: Evaluation shall be in accordance with FAR provision 52.212-2 EVALUATION COMMERCIAL ITEMS. The Government will award a purchase 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, Past Performance, and Price. Technical and Performance 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 as well to break the requirement into separate Purchase Orders based on the combination of factors: Offeror's capability to provide the item in question, delivery and price. VIII. TERMS AND CONDITIONS: 8.1 Provisions & 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; 52.212-3 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 to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-award Small Business Program Rerepresentation; 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 Encouraging Contractor Policies 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. 8.2 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 at 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. 8.3 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 contract, 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFQ-12-0227/listing.html)
- Record
- SN02742118-W 20120510/120508235244-12529b06bd5dcbd5fde0c0919fbf06c5 (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 |