Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2006 FBO #1684
SOLICITATION NOTICE

36 -- Cigarette Slitting Device

Notice Date
7/5/2006
 
Notice Type
Solicitation Notice
 
NAICS
312229 — Other Tobacco Product Manufacturing
 
Contracting Office
Department of the Treasury, Bureau of the Public Debt (BPD), Division of Procurement, Avery 5F 200 Third Street, Parkersburg, WV, 26106-5312
 
ZIP Code
26106-5312
 
Solicitation Number
RFQ-06-259
 
Response Due
7/13/2006
 
Archive Date
7/6/2007
 
Description
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. The Solicitation Number RFQ-06-259 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-09. The NAICS Code for this solicitation is 312229 and the size standard is 500 employees. The Bureau of the Public Debt on behalf of the Alcohol and Tobacco Tax and Trade Bureau (TTB) has a requirement for a Cigarette Slitting Device quantity one (1). The device must meet the following requirements: a) Guiding mechanism with adjustable setting according to diameter of sample. b) Positive drive system to control cigarette motion when passing through cutter blade. c) Cigarette slitter diameter between 5-9 mm. d) Collecting bin. e) Output rate is 50 cigarettes per minutes. f) Cigarette sample length is unlimited. g) Power Supply is 110V. h) Dimensions: 165 x 192 x 135 mm. Quotations must include all line items, no partial quotations. Line Item 1, Qty 1, Cigarette Slitter Device with Recovery Box; Line Item 2, Qty 5, Carbide Knives; Line Item 3, Qty 5, Belt; Line Item 4, Qty 1, Surcharge for Power Supply 110V. The Government requires that you submit your technical proposal separate from your pricing proposal. Provide two references. Include company name, point of contact, telephone number and e-mail address for similar scope. The evaluation of quotes and the determination of the product being technically compliant shall be the responsibility of the Government and shall be based on information provided by the vendors. The Government is not responsible for locating or securing any information, which is not identified in the quotation and reasonable to the purchasing activity. To insure that sufficient information is available, the vendor must furnish as part of their quote all descriptive material necessary for the purchasing activity to determine whether the products meet all characteristics of this requirement. The Government will award to the responsible offeror whose offer conforms to this solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers, the ability to meet the technical requirements, past performance, and price. Technically acceptable proposal must show that the offeror can meet the technical requirements of the Government. Items are to be quoted FOB Destination and delivery shall be made to: TTB, NLC, Alcohol & Tobacco Laboratory, 6000 Ammendale Road, Beltsville, MD 20705, within 30 days of award. Deadline for Questions: All questions must be submitted by Monday, July 10, 2006 at 10am EDT, in writing to michelle.clegg@bpd.treas.gov or via fax at 304-480-7203. We cannot assure an answer to questions submitted after this deadline. It is our intent to award without discussions. It is imperative that you submit a complete package and that you submit your best price offer. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications?Commercial Items with their offer. The provision at 52.212-1, Instructions to Offerors?Commercial Items, applies to this acquisition. The following clauses apply to this acquisition: 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 with the following Addendum: 52.204.7, Central Contractor Registration?Commercial Items; 52.222 19, Child Labor?Cooperation with Authorities and Remedies (JUNE 2004)(E.O. 13126); 52.222 21, Prohibition of Segregated Facilities (FEB 1999); 52.222 26, Equal Opportunity (APR 2002)(E.O. 11246); 52.222 35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4211 and 4212); 52.222 36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793); 52.222 37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212); Alternate II (JAN 2004) of 52.225-3, Buy American Act?North American Free Trade Agreements?Israeli Trade Act (JAN 2005)(41 U.S.C. 10a ? 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286); 52.225-13, Restriction on Certain Foreign Purchases (MAR 2005) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). To download 52.212-3 Offeror Representations and Certifications Commercial Items, visit our website at: http://arnet.gov/far. Offers must be received at the Bureau of the Public Debt, 200 Third Street, Avery 5F, Parkersburg, WV 26106 by 2:00 P.M. Eastern Daylight Time on July 13, 2006. Offers may be received via e-mail at: michelle.clegg@bpd.treas.gov or faxed to 304-480-7203. Offerors must call 304-480-7129 to confirm receipt of faxed offers. For information regarding this solicitation contact Michelle Clegg at 304-480-7129 or Lorraine Smicker at 304-480-7128.
 
Place of Performance
Address: 6000 Ammendale Road, Beltsville, MD
Zip Code: 20705
Country: USA
 
Record
SN01083091-W 20060707/060705225644 (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  © 1994-2020, Loren Data Corp.