Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2009 FBO #2671
SOLICITATION NOTICE

R -- BankNote Printing and Automation Consultant

Notice Date
3/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical 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
RFQ-09-0135
 
Point of Contact
Donald I Baron,, Phone: (202)874-3143, Prashanth A Kallat,, Phone: (202)874-3251
 
E-Mail Address
Donald.Baron@bep.treas.gov, prashanth.kallat@bep.treas.gov
 
Small Business Set-Aside
N/A
 
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 as included in this notice This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Bureau of Engraving and Printing (BEP) is the largest producer of security documents in the United States. The BEP prints billions of Federal Reserve Notes for delivery to the Federal Reserve System each year. These notes are produced at the BEP's facilities in Washington, DC, and Fort Worth, Texas. The BEP ‘s Office of Engineering requires the services of a Consultant/Consulting Firm specializing in Bank Note Security Printing and Industrial Automation. The consultant will provide expertise and guidance regarding equipment options and processes for high throughput banknote finishing. This solicitation is under NAICS code #541690. STATEMENT OF WORK (SOW) FOR SECURITY PRINTING CONSULTING SERVICE 1.0 SERVICES: The Bureau of Engraving & Printing (BEP) located in Washington DC, seeks the services of a consulting organization with expertise in high volume, banknote printing. The consultant must have well documented experience in banknote finishing equipment and process options. 2.0 SCOPE OF WORK: The consultant will work in conjunction with the BEP's Engineering Department to develop alternative solutions (options) to the BEP's existing method of banknote finishing. Banknote finishing includes quality certification (inspection), letterpress printing of seals and consecutive serial numbering, cutting, banding, and packaging operations. The contractor shall provide recommendations that satisfy the BEP's requirements for product throughput, staffing requirements, machine up-time (mean time between failures), equipment longevity, product security, variable sheet sizes, and space constraints. 3.0 OBJECTIVE: The objective of this project is to develop concepts for a new, high volume, banknote finishing line. The requirements of this finishing line are, quality certification (inspection), letterpress printing of seals and consecutive serial numbers, cutting, banding, and packaging operations. 4.0 RESPONSIBILITIES: 4.1 Contractor Responsibilities (1) The Contractor will perform all necessary research, analysis, and tasks required to propose viable, cost effective, and efficient, options for a new banknote finishing line. (2) The Contractor will be required to: a. Provide qualified personnel that have documented technical expertise and experience within the security printing industry. b. Meet with BEP representatives at the Government's facility in Washington DC, to assess the needs and requirements of the BEP. c. Provide deliverables outlined in Section 7 of this document. 4.2 Government Responsibilities (1) Provide a mutually acceptable work schedule prior to performance concerning the days and times the Contractor's personnel are needed at the Government‘s facility. (2) Provide workspace for the contractor while at the Government's facility. 5.0 PLACE OF PERFORMANCE: Place of Performance: On-site services shall be performed at the BEP facility located at: Bureau of Engraving and Printing 14th & C Streets, S.W. Washington, DC 20228-0001 However, additional research and completion of the Formal Report will be performed off-site at the Contractor's facility. 6.0 PERIOD OF PERFORMANCE: The Contractor shall execute this SOW within four weeks of the acceptance of work schedule. The Government will review the Deliverables (See Section 7) and provide comment within ten (10) business days of receipt. The Contractor will have three (3) business days after receipt to make corrections and/or updates and resubmit the Deliverables back to the Government. 7.0 DELIVERABLES: 7.1 Schedule The Contractor shall provide a draft schedule to complete the project within four weeks of mutual agreement. The Contracting Officer's Technical Representative (COTR) will arrange meetings with key BEP personnel to accommodate the schedule. 7.2 Report The Contractor shall provide a detailed formal report listing all viable options, weighted according to the BEP's criteria: - Product throughput, - Staffing requirements, - Machine up-time (mean time between failures), - Equipment longevity, - Product security, - Variable sheet sizes, - Sequential and non-sequential serial numbering - Control systems - Space constraints Accuracy and completeness of Deliverable is extremely important, thus Contractor personnel shall ensure to review the accuracy and thoroughness of Deliverable prior to submittal to the COTR. The COTR will provide comment of the draft report within ten (10) business days of receipt. The Contractor will have three (3) business days after receipt to make corrections and/or updates and resubmit the Deliverables back to the Government. 7.3 Deliverable Format: Deliverables shall be submitted electronically (either electronically transmitted via e-mail as a MS Word and or Excel attachment or on a compact disk) to the COTR within four weeks of contract award. 8.0 POINT OF CONTACT: 8.1 The Government Point of Contact for this effort will be the COTR; Name: To be filled out upon award Address: Bureau of Engraving and Printing 14th & C. Streets, S.W. Washington, DC 20228 Phone: To be filled out upon award Email: To be filled out upon award 8.2 The Contracting Officer is the only Government representative with the authority to bind the Government and make changes to the contract. Any changes to the contract including performance period will be issued by a formal contract modification. 8.3 The Contractor shall provide the Government a point of contact for the performance of this effort. This point of contact shall be responsible for all Contractor matters in regards to this effort. 9.0 TRAVEL: Approved travel expenses shall be reimbursed in accordance to the Federal Travel Regulation (FTR). 10.0 HOURS: Labor will be billed on actual hours and against the applicable hourly rate. 11.0 NON DISCLOSURE AGREEMENT The successful vendor will need to enter into a Non-Disclosure Agreement with the BEP. Copies are available upon request. BASIS FOR AWARD Submissions Please provide a list of experiences of a comparable size and nature including references within the past three years. You must supply the resume of the person(s) assigned to the project, pricing schedules and availability. Submit 2 hard copies and one electronic copy of your proposal no later than 2:00PM Thursday, April 23, 2009 to: Bureau of Engraving and Printing Donald Baron, Contract Specialist Office of Acquisition, Equipment and Services Division 14th and C Sts. SW Washington, DC 20228-0001 E-mail: donald.baron@bep.treas.gov O: 202-874-3143 F: 202-874-2200 Award The BEP intends to select the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, price and other non-priced factors considered. The offeror's proposal must conform to all solicitation requirements including the completion of FAR 52.212 Representations and Certifications to be considered for award. In evaluating and selecting offerors for award, the Government may award the contract to a higher-rated, higher-priced offeror where the decision is consistent with the evaluation factors contained in the RFQ. The Government intends to award one prime contract under this solicitation. However, the Government reserves the right to award no contract at all, depending on the quality of the proposals submitted, availability of funds and stability of requirements. Non-Price Evaluation Factors The non-price factors that will be used to evaluate offeror proposals are listed below. The non-price factors, when combined, are significantly more important than price. They are listed in descending order of importance. The relative order of importance of the non-price factors are as follows: The Management Approach factor is more important than the Past Performance factor. The Past Performance factor is more important than the Price Factor. Management Approach The BEP will evaluate the resumes of Key Project Managers and proposed team members. They will be evaluated in order to determine the skill level of the proposed team in satisfying the project requirement. The key personnel are, at a minimum, Project Manager and in-house Customer Service Account Manager. Past Performance The BEP will evaluate past performance of the offeror's previous and current projects in dealing with the DC Department of Environment efforts. The Government reserves to the right to not only assess past performance data provided by the offeror, but also any other information gathered from sources. Pricing Pricing will be assessed for Completeness, Reasonableness and Affordability. Pricing will not be given a specific rating, but will be evaluated to determine whether the offer is fair and reasonable. Clauses The following clauses and provisions are incorporated and will remain in full force in any resultant reward. The full text of these clauses and provisions can be accessed at website http://www.acquisitions.gov 52.212-1 Instructions to Offerors Commercial Items 52.212-2 Evaluation-Commercial Items 52.212-3 Offeror Representation and Certifications Commercial items 52.212-4 Contract Terms and Conditions 52.212-5 Contract Terms and Conditions required to implement statutes or Executive Orders 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR) Vendors must be registered in Central Contractor Registration (CCR) prior to award to be eligible for award. Vendors may register in CCR by calling 1-888-227-2423 or on-line at www.ccr.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=eadfe0fd88b403cf4d94bfe1981c93e1&tab=core&_cview=1)
 
Place of Performance
Address: Bureau of Engraving and Printing, 14th and C Sts.SW, and, Contractor site, Washington, District of Columbia, 20228, United States
Zip Code: 20228
 
Record
SN01771992-W 20090320/090318215928-eadfe0fd88b403cf4d94bfe1981c93e1 (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.