Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 16, 2015 FBO #4801
SOURCES SOUGHT

R -- BEP ISO Registrar Services - BEP ISO Registrar Performance Work Statement

Notice Date
1/14/2015
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
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-RFI-15-0258
 
Archive Date
2/5/2015
 
Point of Contact
C. E. John Hoddinott, Phone: 2028740798, Richard Taylor, Phone: 202-874-3255
 
E-Mail Address
charles.hoddinott@bep.gov, richard.taylor@bep.gov
(charles.hoddinott@bep.gov, richard.taylor@bep.gov)
 
Small Business Set-Aside
N/A
 
Description
BEP ISO Registrar Performance Work Statement BEP-RFI-15-0258 THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes only as defined in FAR 15.201(e) to obtain comments on preliminary requirement specifications, it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Bureau of Engraving Printing (BEP) Acquisition Office is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. 1.0 Background The Bureau of Engraving and Printing (BEP) is responsible for the design, engraving, and printing of all United States paper currency. The BEP operates two printing facilities, the main facility in Washington, D.C. (DCF), and a second facility located in Fort Worth, Texas (WCF). The major industrial operations at the facilities includes 1) the printing and processing of U.S. currency, and other securities, 2) printing ink production, 3) engraving and electrolytic plate production, 4) photo processing, and 5) other ancillary support services; laboratory facilities, maintenance, product development, procurement, information technology, administrative functions, etc. Major printing equipment components operated by BEP include both sheet fed and web presses, which utilize intaglio, offset, letter press, and gravure printing processes. The BEP is committed to maintaining certification of its Environmental Management System (EMS) and Quality Management System (QMS). Both facilities maintain separate registrations to ISO14001:2004 through TUV:SUD America. The DCF completed a full EMS reassessment in April 2013; WCF completed a full EMS reassessment in September of 2012. Both DCF and WCF will require their existing TUV:SUD ANAB registrations to be honored. The BEP maintains registration to ISO9001:2008 through UL-DQS. A single registration covers both DCF and WCF. The BEP last underwent full recertification assessment in April 2012. The most recent surveillance assessment took place in May/June 2014. The BEP will require the existing UL-DQS registration to be honored. The objective of this procurement is to secure the services of an accredited registrar to maintain registration of the Bureau’s Environmental Management System(s) under the ISO14001standard and QMS under the ISO 9001:2008 standard or current version of the ISO 9001 standard (potentially, it is anticipated that the standard will be updated during the contract period). 2.0 Scope The scope of the Bureau's EMS and QMS for all security printing and packaging activities at the DCF facility and the WCF facility which are under the control of the Director of the Bureau of Engraving and Printing. This includes, but is not limited to, the major processes and operations associated with the design and production of currency for the United States of America. Both facilities have wastewater pre-treatment plants that are permitted by a local POTW. The pre-treatment plant treats waste streams from the presses and from the nickel and chromium plating operations. Both facilities are large quantity generators. DCF is beginning major construction on a new wastewater pre-treatment facility. The BEP requires separate certificates for the EMS each facility (WCF and ECF) due to the differences in environmental regulations between the jurisdictions. The BEP requires a single certificate for the QMS covering BOTH facilities. 3.0 The BEP Acquisition Office is seeking comments on the below questions: 1) Briefly describe the Contractor's primary business line(s): 2) Provide the Contractor's DUNS number and Cage Code. Provide the socioeconomic status of the Contractor with this response, if any (8(a) SBA Certified, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), Economically-Disadvantaged Woman-Owned Small Business (EDWOSB), Woman-Owned Small Business (WOSB), Small Business (SB)). 3) Briefly describe the ISO Registrar Services that the Contractor's company provides; to include providing resources and personnel to perform such services for the BEP. 4) Please demonstrate the Contractor's capability by providing recent and relevant past performance history. Please provide no more than three of the most recent and relevant experience to include contract number, location, value, period of performance, and scope of work, along with a point of contact. The BEP is specifically looking for contractor capability in banknote printing, and/or official government printing industries. 5) Based on the functional areas of work, what would be the recommended benefit of using Best Value Lowest Price Technically Acceptable (LPTA) evaluation factors versus Best Value Full Trade-Off evaluation factors (when evaluating Contractor proposals)? Provide supporting information or recommendations based on the Contractor's professional opinion. 6) Based on your performance of similar services, provide examples of some factors that would provide the most advantageous trade off factors for best value trade-offs. 7) Based on the attached Performance Work Statement (PWS), can the Contractor perform all work for this requirement? If not, what percentage of work will be sub contracted? 8) FAR clause 52.219-14 states that at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. How have you complied with this regulation on past similar contracts? Do you anticipate being able to comply on this contract given the attached PWS? A copy of the PWS has been attached to assist with the above questions. The Acquisition Strategy for this requirement has yet to be approved, and thus a set aside, if any, has not been finalized yet. Once a set-aside, if any, is known a notice will be posted on FBO. The submittal in response to this RFI shall be provided on standard letter size 8-1/2 by 11 inch paper. The submittal shall be no more than 15 pages. The font for text shall be Times New Roman 12-point or larger. Submitted responses should be in Microsoft Word or Adobe Acrobat format. Responses are due no later than 21 January 2015, 12:00 p.m. EST. Responses shall be submitted via e-mail only to C E John Hoddinott, at charles.hoddinott@bep.gov. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. NO CLASSIFIED INFORMATION shall be submitted in response to this RFI. Questions regarding this announcement shall be submitted in writing by e-mail to the Contract Specialist, C E John Hoddinott at charles.hoddinott@bep.gov. A responder may request clarification or submit technical questions regarding this RFI in writing for any requirement that is unclear by sending an e-mail to C E John Hoddinott. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide capabilities for the BEP, with locations in Washington, DC, and Fort Worth, TX, and receive comments regarding the requirements documentation. The information provided in the RFI is subject to change and is not binding on the Government. The BEP has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned, but will be handled in accordance with applicable proprietary markings.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFI-15-0258/listing.html)
 
Place of Performance
Address: Bureau of Engraving and Printing, 14th and C Streets SW, Washington, District of Columbia, 20228, United States
Zip Code: 20228
 
Record
SN03616116-W 20150116/150114234357-17b223df1e8145726cbd9e6849931b1d (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.