SOLICITATION NOTICE
66 -- Confocal Surface Metrology System - Package #1
- Notice Date
- 6/25/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens 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-13-0352
- Archive Date
- 8/6/2013
- Point of Contact
- Alee Abbas, Phone: 2028743142, Donald Baron, Phone: 2028743143
- E-Mail Address
-
alee.abbas@bep.gov, Donald.Baron@bep.gov
(alee.abbas@bep.gov, Donald.Baron@bep.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment#1A Please Read. I. OVERVIEW: This is solicitation for commercial items prepared in accordance with the FAR part 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The document # is BEP-RFQ-13-0352 and this is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 2005-66 dated April 1, 2013.The NAICS Code is 333314. II. STATEMENT OF NEED: The Bureau of Engraving and Printing (BEP) has a requirement for the purchase of the items as described in Attachment #1A of this solicitation. 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. An Offeror's overall response shall consist of three (3) Parts, individually entitled as stated below. Failure to furnish a full and complete quote as instructed may result in the Offeror's quote being considered nonresponsive, therefore eliminated from further consideration and award. Overall, quotes shall be provided on company letterhead, reference BEP-RFQ-13-0352 and submitted to the attention of the point of contact(s) listed herein 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 the items in the quantity listed in Section 1.0 of the Statement of Need, Attachment #1A to this Solicitation. Pricing shall include the cost of delivery/shipping; b. Payment discount terms; and c. In addition, unless available via SAM (i.e. www.sam.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. 2. Part II - Technical: The following items under the technical evaluation factor are listed in descending order of importance. a. Technical literature regarding the items being proposed b. Evaluation of test with report as described in Section 1.3 to 1.6 of the Statement of Need, Attachment #1A to this Solicitation c. Delivery date after receipt of award d. Warranty information 3. Part III - Past Performance: No cost/price information is to be included in this Part. Past Performance information shall include the following: a. 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 Part shall not exceed three (3) pages in length. IV. QUESTIONS DEADLINE: All questions are to be submitted either electronically or via facsimile to the attention of both of the point of contact(s) listed in this Notice no later than July 08, 2013 by 4:00pm Eastern Time. V. DUE DATE: Quotes are due no later than July 22, 2013 by 4:00pm Eastern Time and will be accepted either via fax at 202-874-2200 or by e-mail or mail. Quotes are to be submitted to the attention of both of the Point of contact(s) listed in this Notice. Offerors are responsible for confirming receipt of their quotes. VI. POINT OF CONTACT: The primary point of contact for this solicitation is Alee Abbas, Contract Specialist who can be reached via telephone at 202-874-3142, via e-mail at alee.abbas@bep.gov or via fax at (202)-874-2200. The Secondary point of contact for this solicitation is Donald Baron, Contracting Officer who can be reached via telephone at 202-874-3143, via e-mail at Donald.baron@bep.gov or via fax at (202)-874-2200. VII. EVALUATION & AWARD: FAR Clause 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 o Technical literature regarding the items being proposed o Evaluation of test with report o Delivery date after receipt of award o Warranty information • Past Performance • Price Technical and past performances, when combined, are slightly more important when compared to price. However, the Government's preference for such non-price factors depends on the marginal cost of obtaining higher technical merit. (b) - Not applicable to this procurement (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) VIII. TERMS AND CONDITIONS: 8.1 Provisions & Clauses: : The following provisions and clauses are incorporated by reference and apply to this acquisition: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sept 2007); 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation (May 2011); 52.211-17 Delivery of Excess Quantities (Sept 1989); 52.212-1 Instruction to Offers Commercial Items (Feb 2012); 52.212-3 Offeror Representatives and Certifications and Certifications - Commercial Items (Apr 2012); 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012); 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (JAN 2013); 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products (Feb 2001); 52.222-25 Affirmative Action Compliance (Apr 1984); 52.225-2 Buy American Act Certificate (Feb 2009); 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (Nov 2011); 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION); 52.247-34 F.O.B. Destination (Feb 1991); 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) and 52.252-2 Clauses Incorporated by Reference (Feb 1998). 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; 52.222-3 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. FAR Clause 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (Deviation) (Aug 2012). The full text of these provisions and clauses may be accessed electronically at: http://acquisition.gov/far. 8.2 Delivery Requirements: Supplies or other items 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. 8.4 DTAR 1052.201-70 Contracting Officer's Representative ("COR") Appointment and Authority (AUG 2011): 8.4.1 The COR is TBD 8.4.2 Performance of work under this contract is subject to the technical direction of the COR identified above, or a representative designated in writing. The term "technical direction" includes, without limitation, direction to the contractor that directs or redirects the labor effort, shifts the work between work areas or locations, and/or fills in details and otherwise serves to ensure that tasks outlined in the work statement are accomplished satisfactorily. 8.4.3 Technical direction must be within the scope of the contract specification(s)/work statement. The COR does not have authority to issue technical direction that: 8.4.3.1 constitutes a change of assignment or additional work outside the contract specification(s)/work statement; 8.4.3.2 Constitutes a change as defined in the clause 52.212-4(c); 8.4.3.3 in any manner causes an increase or decrease in the contract price, or the time required for contract performance; 8.4.3.4 Changes any of the terms, conditions, or specification(s)/work statement of the contract; 8.4.3.5 Interferes with the contractor's right to perform under the terms and conditions of the contract; or 8.4.3.6 Directs, supervises or otherwise controls the actions of the contractor's employees. 8.4.4 Technical direction may be oral or in writing. The COR must confirm oral direction in writing within five workdays, with a copy to the Contracting Officer. 8.4.5 The Contractor shall proceed promptly with performance resulting from the technical direction issued by the COR. If, in the opinion of the contractor, any direction of the COR or the designated representative falls within the limitations of Section G.2.3 above, the contractor shall immediately notify the Contracting Officer no later than the beginning of the next Government work day. 8.4.6 Failure of the Contractor and the Contracting Officer to agree that technical is within the scope of the contract shall be subject to the terms of the clause 52.212-4(d). (End of clause) 8.5 DTAR CLAUSE 1052.210-70 CONTRACTOR PUBLICITY (Aug 2011): The Contractor, or any entity or representative acting on behalf of the Contractor, shall not refer to the equipment or services furnished pursuant to the provisions of this contract in any news release or commercial advertising, or in connection with any news release or commercial advertising, without first obtaining explicit written consent to do so from the CO. Should any reference to such equipment or services appear in any news release or commercial advertising issued by or on behalf of the Contractor without the required consent, the Government shall consider institution of all remedies available under applicable law, including 31 U.S.C. 333, and this contract. Further, any violation of this provision may be considered during the evaluation of past performance in future competitively negotiated acquisitions. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFQ-13-0352/listing.html)
- Place of Performance
- Address: 14th and 13th Street SW, Washington, District of Columbia, 20228, United States
- Zip Code: 20228
- Zip Code: 20228
- Record
- SN03098567-W 20130627/130625234610-dc65af3f28e755db4624b2cfabd23c0d (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 |