SOLICITATION NOTICE
36 -- SPARE PARTS
- Notice Date
- 9/20/2012
- 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
- BEP-RFQ-12-0332AND03329
- Archive Date
- 10/10/2012
- Point of Contact
- Rosa Lee, Phone: (202) 874-2318
- E-Mail Address
-
rosa.lee@bep.treas.gov
(rosa.lee@bep.treas.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 unrestricted. The document # is BEP-RFQ-12-03332 & 03329 and this is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 including amendments effective July 26, 2012. This requirement is being unrestricted purchase under NAICS code 333293. Only qualified Offerors may submit responses. In the case of multiple items being requested on this solicitation, the Contracting Officer reserves the right to issue the resulting purchase order(s) based on an ‘all-or-nothing ‘or a ‘multiple award' basis. The Government anticipates awarding a Firm Fixed-Price Purchase Order. II. STATEMENT OF NEED: The Bureau of Engraving and Printing (BEP) has a requirement for the purchase of the following item(s): 1. 2M032890-Valve pneumatic AMX 20-3/4" PT#VLVAMX20 used on SOI Dalmar wiping solution auxiliary tank #05149 Quality 2 Each 2. 2M031014-chain Segment for I-10 press Serial no. 63350402 each segment of roller (1.250" pitch X ¾" roller diameter X ¾" roller width) consist of 20 links per KBA-Giori drawing#L627.211/0 each segment is assembled with a fixed pin (12MM DIA X 26MM long) and a bolt per KBA drawing L590.532.0 & L580.484.0 Quality 6 AY 3. 2M030795-Pressure spring l2312910 Blatt 126 Teil 105 R/P for COPE PAK,Super Numerota 212, Super Simultan new Cope Press and Super Orlof Press Quality 6 Each 4. 2E030466-Module #L0864340 used on Super Simultan, Super Orloft & cope Presses Quality 2 Each 5. 2M023722-Gear backlash l5110510 to consist of the following Gear Rim, L5110500, Disk L1842120,Hexagon Head Cap L1015281, thread Taper Pin L1823620 to be used on various KBA Presses Quantity 54 Each 6. 2E030257-SPP standard Pipeline Process #L0049023 used on the Nota Save Inspection System Quantity 2 Each Shipping To:.Bureau of Engraving and Printing D Street between 13th & 14th Street S W Washington D C 20228-00 7. MAP1100-Sucker separating lifting spring KBA part no. M843.804 for the Super Orlof and Lepe Feeder Quantity 50 Each 8. 2E023539-Card DP800 output-EST1531 repair part for I-10 Press-PS system Quantity 3 Each 9. 2M031320-Spring type KBA PT#P0010580 used on the Super Simultan KBA Feeder Quantity 20 Each 10. 2E024565-Impulse counter TYP CRG082M4N2NON DWG Group 964 POS 089 repair part for Super Numerota 212 Press L0053722 Quantity 3 Each 11. 2E022921-Module Latching and Gate KBA#L0848564 replacement for ABB part no. GHR4270100 R1. Logic module for I-10 feeder Quantity: 3 Each Shipping To: Bureau of Engraving and Printing 9000 Blue Mound Road Fort Worth TX 76131-3304 This item(s) shall be delivered to the following government address (see Section VI.6.2 below for specific delivery information); The Bureau of Engraving and Printing Attention: D Street 13th and 14th Streets, S W. Washington D C 20228-0002 III. INSTRUCTIONS: Interested parties shall provide a response in accordance with the below instructions. Response shall be provided on company letterhead, reference BEP-RFQ-12-03332 & 03329 and submitted to the attention of Rosa Lee, Contract Specialist. Offerors shall provide as part of their response the following; 1. Proposed pricing for the item listed in Section II above. Pricing shall include the cost of delivery/shipping; 2. Delivery date after receipt of award; 3. Payment discount terms; and 4. 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. IV. DUE DATE: Responses are due no later than 2:30 P.M, 09/25/ 2012 and will be accepted either via fax at 202-874-2200 or by e-mail sent to rosa.lee@bep.gov. V. EVALUATION & AWARD: Offerors will be evaluated as best value. VI. INVOICING AND PAYMENT INSTRUCTIONS: Contractors who require more information on the IPP program, including enrollment, can contact the IPP Customer Support Desk at (866) 973-3131 or email IPPgroup@bos.frb.org for assistance. If your company is unable to comply with the IPP processing requirements, then the following process shall apply for submission of invoices for payment: Invoices shall be submitted in accordance with the alternate invoicing procedure below: Original & 1 Copy to the Paying Office: Bureau of Engraving and Printing, 14th & C Streets, SW, Attn: OFM - Rm 302-28A, Washington, DC 20228. 1 Copy to the COTR identified in the Order and 1 Copy to the Contracting Officer identified in the Order (If applicable) VII. FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998): This Agreement incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://www.arnet.gov/far/index.html. The following provisions and clauses are incorporated by reference and apply to this Purchase Order (includes amendments from FAC 2005-60 effective July 26, 2012): 52.202-1 Definitions; 52.204-7 Central Contractor Registration; 52.211-17 Delivery of Excess Quantities; 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; 52.222-50 Combating Trafficking in Persons; 52.223-1 Bio-based Product Certification; 52.223-3 Hazardous Material Identification and Material Safety Data; 52.223-4 Recovered Material Certification; 52.223-7 Notice of Radioactive Materials; 52.223-11 Ozone-Depleting Substances; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.232-11 Extras; 52.232-23 Assignment of Claim; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.243-1 Changes-Fixed Price; 52.247-34 F.O.B. Destination. 52.252-2 Clauses Incorporated by Reference. The full text of these clauses may be accessed electronically at: http://acquisition.gov/far. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. As prescribed in 12.301(b) (4), insert the following clause: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (MAR 2012) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _x_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). _x_ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). _x_ (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). _x_ (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). _x_ (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). _x_ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). _x_ (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). _x_ (42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _x_ (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFQ-12-0332AND03329/listing.html)
- Place of Performance
- Address: D STREET BETWEEN 13TH & 14TH STREET S W, 9000 BLUE MOUND ROAD, FORT WORTH TX 76131, WASHINGTON, District of Columbia, 20228, United States
- Zip Code: 20228
- Zip Code: 20228
- Record
- SN02893108-W 20120922/120921003512-499d468f39e52cdd597316c83c157fdc (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 |