Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
MODIFICATION

99 -- Bronze Plaque Solicitaion RFQ

Notice Date
9/14/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Environmental Protection Agency, Administrative Contract Service Center, 1200 Pennsylvania Avenue, Nw, Washington, DC 20460
 
ZIP Code
20460
 
Solicitation Number
RFQ-DC-09-00247
 
Response Due
9/10/2009
 
Archive Date
10/10/2009
 
Point of Contact
Point of Contact, Jessica Wilson, Purchasing Agent, Phone (202) 564-2504
 
E-Mail Address
U.S. Environmental Protection Agency
(Wilson.Jessica@epamail.epa.gov)
 
Small Business Set-Aside
N/A
 
Description
NAICS Code: 339950 REQUEST FOR QUOTATION2010 ENERGY STAR PLAQUES PROCUREMENT General Information Document Type: Request for QuotationSolicitation Number: RFQ-DC-09-00247Posted DateSeptember 14, 2009Response Date:October 14, 2009Classification Code:99 - - MiscellaneousBusiness Set Aside:Small Business Set Aside Division: OAR/OAP/CPPDBranch: Commercial & IndustrialContract Type: Fixed Price / IDIQ Purchase OrderCO: Jessica V. Wilson The U.S. EPA's Office of Air & Radiation (OAR), Commercial and Industrial Branch (C/I) of the Climate Protection Partnerships Division (CPPD) intends to procure plaques awarded to buildings or plants that qualify for the ENERGY STAR. The ENERGY STAR plaques that are currently being produced are bronze, and a picture of the current ENERGY STAR plaque may be viewed by visiting the following weblink:www.energystar.gov/eslabel The North American Industry Classification System (NAICS) code for this procurement is 339950. This requirement is set aside for a Small Business competition. Offeror's registration in Central Contractor Registration (CCR) must reflect that you can compete as a small business under this NAICS code, and offeror's DUNS number must be provided. This procurement will be awarded in accordance with FAR Part 12 (Acquisition Of Commercial Items) in conjunction with FAR Part13 (Simplified Acquisition Procedures), award of an Indefinite Delivery / Indefinite Quantity (IDIQ) Purchase Order will be awarded to the offeror(s) who provide(s) the best value to the government. The government reserves the right to award up to two Purchase orders for this procurement. I.BACKGROUNDBuildings and plants that rate in the top 25 percent of energy-efficient buildings/plants in the nation may qualify for the ENERGY STAR. Buildings that earn the ENERGY STAR are top performers for energy efficiency and typically use about 35 percent less energy than average buildings. II.PURPOSEEvery building and plant that qualifies for the ENERGY STAR receives a plaque as a public recognition of their efforts to achieve energy efficiency.The purpose of this contract is to provide for the production and delivery of those plaques to the distribution center for future dissemination to buildings and plants. The periods of performance including Options are:Base Period: January 1, 2010 - December 31, 2010Option Period I: January 1, 2011 - December 31, 2011 III.SPECIFICATION/REQUIREMENTSThe offeror must meet the following requirements regarding the production and delivery of ENERGY STAR plaques: Specifications for the ENERGY STAR plaque are identified below. A picture of an ENERGY STAR plaque can be viewed at www.energystar.gov/eslabel. An actual ENERGY STAR plaque will also be provided to offerors as an example only by request. Offeror's are strongly encouraged to request a copy of the actual plaque. Request must be made in writing via e-mail to wilson.jessica@epa.gov no later than 4:00 p.m. EST Thursday, October 1, 2009. All actual plaques must be returned back to the address indicated in the plaque package. Included in the package will a pre-printed returned address FedEX air bill. Offeror's must return the sample plaques before October 13, 2009. The offeror shall produce a prototype of an ENERGY STAR plaque, at no cost to the government, as part of their quotation submission. This prototype must look exactly like the current ENERGY STAR plaque and match the dimensions below. However, the offeror may deviate from the materials identified below if it can produce a quality prototype that looks exactly like the current ENERGY STAR plaque (including finish, background, installation hardware, and design layout). The offeror must identify the plaque material composition in their proposal. The prototype plaque shall ship to: If Mailing via U.S. Postal Services: If Mailing via Courier Services: Susan Bailey (COR) Susan Bailey (COR)USEPA USEPA1310 L Street, NW, Room 902D 1310 L Street, NW, Room 902DMailcode 6202J Mailcode 6202JWashington, DC 20005 Washington, DC 20005 Prototypes will not be returned. Prototypes shall be clearly marked as a response to this RFQ. Dimensions:"10 1/8" W x 12 ?" H Overall"Background Depth: 1/4""Raised text, graphic elements depth, and perimeter bar around text elements 1/8". Perimeter bar would be 1/4" wide. Plaque Material:#255 SX Ingot (containing no ozone depleting elements or compound, and nonradioactive)Composition:"Copper 88.22%"Tin 4.59%"Lead 2.22%"Zinc to balance"Iron 22%"Antimony.02%"Nickel.76%"Silicon.003%"Manganese -"Phosphorus.013%"Sulphur.007% Finish:"Belt-sanded to a satin finish - no polishing compound used."Sealant: EL185 acrylic lacquer, automotive performance. "Formulated to last for 5 years - plaques may be cleaned with a brass cleaner or lightly sanded with fine sandpaper and re-sprayed with clear acrylic lacquer on an as-needed basis. Background:"Fine pebble stipple painted with ELDB200, Duranotic Bronze Martin Senour Mix."Color: Cyan Blue Installation:"Offerors will provide screws for plaque installation. Screws must be 1 1/4" in length and be sufficient to anchor plaque securely. Visible part of screw must match bronze plaque."Anchors appropriate to installation substrate material (i.e., brick, concrete, steel, etc.). Design Layout:Layout"1/8" Wide Raised Edge Perimeter Border/cyan blue on inside of border"Pre-drilled holes for screws in 4 corners, 1/4" from side and top or bottom of plaque ENERGY STAR Logo "Distance from outside of perimeter border to top of "arc" over logo is 1""Top to bottom tip of star in logo is 3 3/8""ENERGY STAR Logo line measures 8 1/2" across from the beginning of the word "energy" to side tip of the star"Use lower case script letters for "energy" with the star in the logo"Make sure the letters are clear Other"Printed "ENERGY STAR" is 1.10" high"The numerals of the year are 3/4" high"The year is centered on the plaque, 3 7/8" from both edges of the plaque, and 3/4" from the bottom of the plaque. Miscellaneous:"Must be able to be displayed indoors and outdoors Dates Included on PlaquesPlaques produced under this contract will cover the following years: 2010 and 2011. However, the Offeror must also be able to produce plaques with previous year dates if so requested. Provision of Plaques Directly to Label Recipients After EPA provides one plaque free of charge for each building/plant that qualifies for the ENERGY STAR, offerors must also, under the gratuitous service contract containing a licensing agreement, be willing and able to sell additional ENERGY STAR plaques to organizations that own and/or manage EPA approved labeled buildings/plants during the period of performance for this contract January 1, 2010 - December 31, 2011. EPA will make label recipients aware of this opportunity to purchase additional plaques in the congratulatory email/letter they receive when their buildings/plants are approved. These additional plaques must meet the exact same specifications as those produced directly for the government to send out. These specifications are outlined in Section III of this RFQ. EPA will provide a list of all approved labeled buildings/plants to offerors at the beginning of the period of performance for this contract, and then provide an updated list of newly approved buildings on a weekly basis. These lists will identify the contacts from the organizations, that own and/or manage EPA approved labeled buildings/plants, who may purchase the plaques from the vendor for these buildings and plants. Additional plaques can only be sold to those organizations that own and/or manage EPA approve labeled buildings/plants on these lists. The plaque may only reference the years identified on these lists for approved labels. The contacts from the organization that owns and/or manages the approved building/plant will contact the vendor directly to order their additional plaque(s). Offerors will then ship the plaque(s) directly to them, and also bill them directly as well. Offerors must supply these plaques for the same price as the government pays for their plaques. However, offerors may charge a higher shipping cost since they will not be providing these plaques in bulk as they will for EPA. Offerors must include the shipping cost per plaque they plan to charge organizations purchasing additional plaques in their proposal. On a monthly base the offeror shall provide a list to EPA of those buildings/plants they sell the plaques to. Estimated Number of Plaques to Be ProducedA minimum of 3,000 and a maximum of 10,000 plaques will be ordered under this contract. Minimum Maximum 2010: 3,000 2010: 4,500 2011: -0- 2011: 5,500 Plaque Delivery 1.All plaques shall be delivered inside to PSI, Fairfax, VAPyramid Systems, Inc. 9990 Fairfax Blvd. STE 160 Fairfax, VA 22030 2.Method - best means for guaranteed delivery of undamaged product.3. The first delivery is expected to deliver to PSI no later than January 30th. All subsequent Plaques shall then be delivered to PSI by the 15th of the month. Actual shipping quantities to be issued by means of a Technical Directive (TD) letter 3-4 weeks prior to the delivery date (exact timing TBD). These TDs will specify the exact quantities to be produced and shipped. Offerors must also be able to provide a small number of plaques (no more than 50) in-between monthly plaque deliveries on an emergency basis if necessary. 4.Monthly ordering quantity will average from 100 to 500 plaques a month. There may be some months where 0 plaques are ordered but that is a rarity. 5.EPA reserves the right to request additional samples after award is made and before the initial order is placed.6.Invoices shall be submitted for each delivery to cover production of plaques and shipping costs. Note: Offerors must have the capacity to strictly adhere to this delivery schedule. Failure to deliver specific quantities on the required date will result in a 1% discount on the total invoice amount for each (calendar) week past the due date. IV.EVALUATION CRITERIAFollowing are the Evaluation Factors listed in descending order of importance. These factors shall be addressed in the offeror's Technical Capabilities Statement. Technical Approach. Offerors must be able to produce a quality ENERGY STAR plaque. A sample ENERGY STAR plaque must be produced, at no cost to the government, as part of the offerors proposal. This must look exactly like the current ENERGY STAR plaque (including finish, background, installation hardware and design layout) and match specifications, including dimensions, identified in the Section III of the RFQ except that other materials may be substituted. The offeror must identify the material composition of their prototype plaque. The plaque must also have the capability to be displayed indoors and outdoors. Offerors must demonstrate they can produce plaques with previous year dates in addition to the year dates covered under this contract. In addition, offerors must show the ability to produce additional plaques, made to the same specifications and for the same cost (not including shipping) as those prepared for the EPA, and distribute them for sale in accordance with EPA guidelines to EPA approved ENERGY STAR buildings and plants. Offerors must clearly explain how they possess the resources, in equipment and staff, to meet the required delivery schedule, both in number and delivery date. As Prescribed in FAR Part 52.219-1 with this is a Small-Business set aside: 51% of the work must be completed by a small business. Submit only information necessary to demonstrate capabilities in producing bronze plaques and other plaques within the estimated time frames specified. Please specify what portion (if not all) of the plaque production will be accomplished in-house. If using a third party sub-contractor for the production of the plaques please provide the Sub-contractors business size, and type. The ability to provide plaques on a limited emergency basis will also be considered. The government also reserves the right to make a site visit to the contractor as part of the process for making a final selection. Past Performance. Past performance focuses on how well Offerors have performed like requirements in the past. Offerors shall include a representative list of contracts or orders completed during the past two (2) years or currently in progress, as well as performance scenarios similar in scope, magnitude and complexity to the requirements set forth. For each contract or order identified, the Offerors shall include a brief synopsis which includes the date the work was performed, the client for whom the work was performed (include client name, e-mail and telephone number) and a description of the work performed. If using a third party sub-contractor to produce the plaques please provide the Sub-contractors past performance along with the prime's past performance. Relevant Experience: Relevant experience focuses on the expertise relevant to producing bronze and other plaques for display and delivering them for distribution. Offerors shall demonstrate recent and relevant experience that clearly reflects the ability to: (1) produce bronze plaques like the current ENERGY STAR plaque and other plaques, in bulk quantity, and (2) deliver them in a timely and efficient manner according to the government's schedule. If using a third party sub-contractor please provides relevant experience along with the primes relevant experience. Cost. The offeror shall submit a fixed price quote for the Base year and Option Period I. The Offeror must break out pricing for the plaque and cost for shipping. Three spreadsheets entitled: template for quote.xls are provided to be used for submitting pricing for multiple award pricing and single award pricing. Consideration will be given to the offeror who provides the best value to the government and maintains the quality of the ENERGY STAR plaque, and ensures timely and efficient delivery for distribution. Due to the dollar amount of this procurement, and the indefinite quantity, the government requests price breaks for reaching volume thresholds. V. SUBMISSION INSTRUCTIONS Please submit a Technical Capabilities Statement (approximately 5-7 pages, 2-Sided) which clearly demonstrates your understanding and ability to perform the requirement as specified. The Technical Capabilities Statement Shall address the Evaluation Criteria detailed in Section IV. Additionally please submit a Quotation containing a fixed price per unit for this requirement. Also include the cost for each inside delivery to Fairfax, VA. Three spreadsheets entitled: template for quote.xls are provided to be used for submitting pricing for multiple award pricing and single award pricing. An electronic copy of the Technical Capabilities Statement and Quotation shall be submitted by 4:00 p.m. EST on October 13, 2009 to the Contracting Officer (CO), Jessica V. Wilson at wilson.jessica@epa.gov and to the (COR), Susan Bailey at bailey.marysusan@elpa.gov. Offerors plaque shall be delivered to the COR at the specified address (in section III. above) no later than 4:00 p.m. on October 13, 2009 and must be clearly identified with the Offeror's contact information and this RFQ#. Any responses to this solicitation who do not submit a clearly marked prototype will not be considered. All questions shall be submitted to the Contracting Officer in writing at wilson.jessica@epa.gov no later than 4:00 p.m. EST Thursday, October 1, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/HQ/RFQ-DC-09-00247/listing.html)
 
Record
SN01953651-W 20090916/090915000750-3e84df84295f0b17c0bb467ee3673997 (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.