COMMERCE BUSINESS DAILY ISSUE OF JULY 2, 2001 PSA #2884
SOLICITATIONS
36 -- AUTOMATIC BANKNOTE CANCELLER
- Notice Date
- June 28, 2001
- Contracting Office
- Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Procurement, 14th & C Streets, S.W., Washington, DC, 20228
- ZIP Code
- 20228
- Solicitation Number
- Reference-Number-RFQ-JCS-02-001
- Response Due
- July 12, 2001
- Point of Contact
- Joan Smoot, Contract Specialist, Phone (202) 874-2183, Fax (202) 874-2200, Email joan.smoot@bep.treas.gov -- Jennifer Sellers, Contracting Officer/Manager, Phone (202) 874-3148, Fax (202) 874-3135, Email jennifer.sellers@bep.treas.gov
- Description
- This is a COMBINED SYNOPSIS/REQUEST FOR QUOTE for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only Request for Quote (RFQ); proposals are being requested and a written RFQ will not be issued. This RFQ is identified by No. RFQ-JCS-02-001. This combined synopsis/RFQ document incorporates provisions and clauses in effect through Federal Acquisition Circular 97-25. This acquisition is unrestricted. The NAICS code for this requirement is 333298 with a business size standard of 500 employees. Contract Line Item Number 001( CLIN 001): Automatic Banknote Cancellers, Qty 4 each; CLIN 002: Spare punching dies, Qty. 2 each; CLIN 003: Spare Parts Kit, Qty. 2 each; CLIN 004: Training, Qty. 2 lots; and CLIN 005: Technical Documentation (to include operator and maintenance manuals, as-built drawings that identify spare parts, and a spare parts price list), 3 hard copies and one electronic version of each. The Contractor shall manufacture, deliver, install and set up four (4) automatic banknote cancellers, plus two (2) spare punch dies and two (2) spare parts kits. Delivery shall be F.O.B. Destination within Consignee?s Premises. Two (2) automatic banknote cancellers, 1 spare punch die and 1 spare parts kit shall be delivered and installed at the BEP?s Washington, D.C. facility and two (2) automatic banknote cancellers, 1 spare punch die and 1 spare parts kit shall be delivered and installed at the BEP?s Fort Worth, Texas facility. The delivery of CLINS 001, 002, 003 and 005 shall be within 4 months from receipt of a written purchase order. CLIN 005 shall be delivered to the Contracting Officer?s Technical Representative (COTR), Anthony Privitera, Bureau of Engraving?s Washington, DC facility and shall be received upon shipment of the equipment. This equipment is used to cancel Federal Reserve Notes (FRNs) selected for destruction, thus rendering them readily identifiable as ?not-for-circulation?. The banknote canceller shall be equipped with a hopper unit that holds a minimum of 30 strapped packets of 100 FRNs, from which individual strapped packets will be automatically and successively fed into a receptacle and properly positioned for perforation by the punch dies. The machine requires five punch dies per cancellation to perforate, in a single punch action, the five sensitive locations on the FRN, based on the various FRN designs and orientations in the punch receptacle. The punch die and its holder must be of a design to effectively cancel the serial number and portrait areas on the FRNs regardless of their orientations in the punch receptacle. The machines shall have the capacity to cancel a minimum of forty (40) 100-note packets per minute and operate continuously (as long as there are packets to punch in the hopper) for at least a full 8-hour shift without maintenance or adjustment. Maintenance, including adjustment and/or replacement of punch dies, shall be required no more often than once per 10 shift operation, and shall require no more than one shift to perform. Upon acceptance of the equipment, the Contractor shall provide training for approximately 6 ? 8 people at the Washington, D.C. facility and the Fort Worth, Texas facility, respectively. Training shall be conducted during day shift hours (7:00 am ? 3:00 pm). FAR Clause 52.212-1 ? Instructions to Offerors ? Commercial Items, is hereby incorporated by reference. FAR Clause 52.212-2 ? Evaluation ? Commercial Items, applies to this RFQ and the following evaluation criteria, listed in order of importance, shall be used to evaluate offerors: (1) Conformance to the technical specifications; (2) offeror?s proposed delivery schedule; and (3) past performance. In determining which proposal offers the greatest value or advantage to the Government, technical merit shall be more important than overall price or cost. The equipment?s technical requirements will be rated the most important. Between substantially equal proposals, the proposed price will become the determining factor in selection for award. Between proposals with different proposal ratings, a determination will be made as to whether the additional technical merit or benefits reflected by a higher priced proposal warrants payment of the additional price. FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items, is incorporated by reference and offerors must complete and return this provision with their proposal. The FAR provision at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and includes the following addenda: Paragraph (o) is hereby modified to add the following sentence: ?In addition, the Contractor shall provide a one (1) year express warranty for the equipment, all parts and labor?. The FAR provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition and the following clauses are applicable: 52.222-3, Convict Labor; 52.225-13, Restrictions on Certain Foreign Purchases, 52.233-3, Protest after Award (31 U.S.C. 3553); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam era (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; 52.225-3, Buy American Act ? North American Free Trade Agreement ? Israeli Trade Act- Balance of Payments Program (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note); 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products (E.O. 12849); 52.232-34, Payment by Electronic Funds Transfer?Other than Central Contractor Registration (31 U.S.C. 3332). Upon completion of the installation and set-up, the banknote canceller shall be able to consistently process 40 packages per minute and must effectively cancel the serial number and portrait areas of the notes, regardless of the notes orientation in the hopper, for a period of 10 consecutive shifts without interruption. Offers may be submitted on letterhead stationary and, at a minimum, must provide: (1) the CBD/RFQ number; (2) the name, address, point of contact and telephone number of the offeror; (3) terms of any express warranty; (4) price, to include CLINS 001 through 005, and discount terms (if any); (5) ?remit to? address, if different from mailing address; (6) a completed copy of the representations and certifications; (7) a statement specifying the extent of agreement with all terms, conditions, and provisions included in the CBD/RFQ; (8) sufficient technical literature and description to enable the Bureau to evaluate conformance with the technical requirements; (9) a list of three (3) references for the past three years for the same or similar equipment (please include corporate name, address, a point of contact, phone number and dollar value of contract); and (10) the offeror?s proposed delivery schedule. Proposals are due not later than July 12, 2001, 2:00 local time. Offerors who fail to furnish the required representation or information, or reject the terms and conditions of the CBD/RFQ, may be excluded from consideration.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/TREAS/BEP/OPDC20220/Reference-Number-RFQ-JCS -02-001/listing.html)
- Record
- Loren Data Corp. 20010702/36SOL001.HTM (D-179 SN50Q3M2)
| 36 - Special Industry Machinery Index
|
Issue Index |
Created on June 28, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|