Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2009 FBO #2884
SOLICITATION NOTICE

36 -- Fabrication of parts for I-10 printing presses

Notice Date
10/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332710 — Machine Shops
 
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-10-0041
 
Archive Date
11/6/2009
 
Point of Contact
Thomas O'Linn, Phone: (202)874-3238
 
E-Mail Address
thomas.olinn@bep.treas.gov
(thomas.olinn@bep.treas.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
I. OVERVIEW: 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36 including amendments effective September 10, 2009. The solicitation document number is RFQ-10-0041. This requirement is being set-aside for Small Businesses under NAICS code 332710. Only qualified Offerors may submit a response. The anticipated contract type is a firm fixed price purchase order. II. REQUIREMENT: The Bureau of Engraving and Printing (BEP) requires a Contractor to fabricate parts for its I-10 printing presses. The BEP requires the following parts to be fabricated in the quantities listed below; a. Fabrication of I-10 Roller core part in accordance with drawing number L598321. Quantity: Twelve (12) b. Fabrication of I-10 Hub II part in accordance with drawing number 598323. Quantity: Twelve (12) c. Fabrication of I-10 Hub part in accordance with assembly drawing number L627124. Quantity: Twelve (12) The Contractor shall adhere to the above referenced drawings in performance of this work as well as drawing number L627122. IMPORTANT: Offerors are requested to send an e-mail to the Contractor Specialist listed herein to request a copy of the drawings referenced in this solicitation. III. RESPONSE INFORMATION: Offerors shall provide the following information in response to this solicitation. 1. A cover letter providing a general overview of the company's history, corporate capability and experience, point of contact information along with any supporting brochures that provide further insight into the company, a. Offeror's corporate capability shall demonstrate the full extent of an Offeror's capability in performing work that is similar in size, scope and/or complexity to the requirement stated herein. For example, the company's quality program, number and types of machines, etc. b. Offeror's corporate experience shall demonstrate the history and achieved expertise within this field of work. If the Offeror's approach involves a joint venture, teaming arrangement, or subcontracting arrangement then that company's corporate experience shall also be discussed. 2. Proposed ARO Ship date. a. If applicable, if there are different ship dates, please list each corresponding ship date where applicable. 3. Pricing, both unit and total price for each of the following items; a. Fabrication of I-10 Roller core part in accordance with drawing number L598321. Quantity: Twelve (12) b. Fabrication of I-10 Hub II part in accordance with drawing number 598323. Quantity: Twelve (12) c. Fabrication of I-10 Hub part in accordance with assembly drawing number L627124. Quantity: Twelve (12) d. Shipping, unless otherwise stated that this cost is included in the unit and total price being proposed. 4. Past Performance Information: Offerors are to limit past performance information to the past three (3) years and to those which demonstrate that the Offeror is or has performed work that is similar in size, scope and/or complexity to the requirement stated herein. Past performance information provided by the Offeror may include those contracts entered into with the Federal Government, agencies of state and local governments as well as commercial customers. 5. If applicable, a discussion of any assumptions the Offeror took in the development of their response, 6. If applicable, a discussion of any exceptions to the solicitation terms and conditions and/or any proposed additional terms and conditions. If no exception are taken Offerors are requested to provide a statement indicating this and, 7. Proposed prompt payment discount. IV. QUESTIONS DEADLINE: All questions are to be submitted either via email to the Contract Specialist, Thomas O'Linn at Thomas.olinn@bep.gov or via fax at 202-874-2200 no later than 10:00 a.m. EST October 20, 2009. V. DUE DATE: Responses to this solicitation shall be submitted to the attention of the Contract Specialist listed herein no later than 3:30 P.M. EST October 22, 2009 via either e-mail at Thomas.olinn@bep.gov or via fax at (202)-874-2200. VI. EVALUATION & AWARD: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following non-price factors shall be used to evaluate offers: Proposed ARO delivery date, corporate capability, corporate experience and past performance. Technical and past performance, when combined, are are more important when compared to price. However, the strength of the Government's preference for such non-price factors depends on the marginal cost of obtaining higher technical merit. The BEP reserves the right to award to other than the lowest offer and to award without discussions. VII. PROVISIONS AND CLAUSES: The following provisions and clauses are incorporated by reference and apply to this solicitation: 52.211-17 Delivery of Excess Quantities; 52.212-1 Instruction to Offers Commercial Items; 52.212-3 Offeror Representatives and Certifications and Certifications - Commercial Items; 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; 52.222-22 Previous Contracts and Compliance Reports; 52.225-2 Buy American Act Certificate; 52.246-2 Inspection of Supplies-Fixed-Price; 52.247-35 F.O.B. Destination within Premises Consignee's. The following clauses cited in 52.212-5 above are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222.36 Affirmative Action for workers with Disabilities; 52.225-13 Restrictions on Certain Foreign Purchases; 52.225-1 Buy American Act-Supplies; 52.232.33 Payment by Electronic Funds Transfer-Central Contractor Registration. The full text of these provisions and clauses may be accessed electronically at: http://acquisition.gov/far. VIII. OTHER TERMS AND CONDITIONS: 1. Invoice and Payment Instructions: The Internet Payment Platform (IPP) is the BEP's preferred method for submitting invoices for payment. Contractors shall contact the below for more information on the IPP program, including enrollment: IPP Customer Support Desk (866) 973-3131 IPPgroup@bos.frb.org A copy of the invoice is to be submitted to the COTR listed herein. If unable to comply with the IPP processing requirements, then the following process shall apply for submission of invoices for payment: The Contractor shall submit invoices to the designated payment office below along with one (1) copy to the COTR listed herein. The BEP designated payment office is; U.S. Department of the Treasury Bureau of Engraving and Printing Office of Financial Management Accounting Division, Room 302-34A 14th and C Streets, S.W. Washington, D.C. 20228-0001 2. Delivery Information: 2.1 BEP's Washington, DC facility: Items needed to be delivered to the BEP's Washington, DC facility shall be delivered to the following address: The Bureau of Engraving and Printing Annex Building Shipping and Receiving D Street, Between 13th and 14th Streets, S. W. Washington, D. C. 20228-001 Receiving hours for deliveries are 8:00 a.m. to 2:15 p.m., local time, Monday through Friday, excluding U.S. Government holidays and BEP year-end shutdown (which normally occurs between December 24 and January 1). The Contractor shall call the BEP appointment line at (202) 874-2333 at least twenty-four (24) hours in advance to schedule approximate delivery times. The appointment line is staffed from 8:30 am to 2:30 pm. Monday through Friday. A voice mail message maybe left after normal working hours. The following information should be provided: - Name of supplier/manufacturer - Contact Person with phone number - Contract/Purchase Order Number - Total number of cartons or pallets - Total weight - Date and Time of Delivery *Note the following loading dock limitations for deliveries made to Washington D.C.: Over the road vehicles having an overall height exceeding 12'6" (3.8 meters) empty, or an overall length exceeding 42' (12.8 meters) cannot be accommodated at the receiving platform. 2.2 BEP's Landover Warehouse Information: Items needing to be delivered to the BEP Landover Warehouse shall be delivered to the following address: U. S. Department of the Treasury Bureau of Engraving and Printing 3201 Pennsy Drive, Landover Maryland Receiving hours for deliveries are 7:30 a.m. to 2:30 p.m., local time, Monday through Friday, excluding U.S. Government holidays and BEP Year-End-Shutdown (which normally occurs between December 24 and January 1). The Contractor shall call the Landover Warehouse appointment line at (202) 874-0874 at least at least twenty-four (24) hours in advance to schedule deliveries. The appointment line is staffed from 7:00 am to 3:00 pm Monday through Friday. The following information should be provided: - Name of supplier/manufacturer - Contact Person with phone number - Contract/Purchase Order Number - Total number of cartons or pallets - Total weight - Date and Time of Delivery 3. Point of Contact Information: 3.1 Government Point of Contact/Contracting Technical Officer Representative (COTR); Name: To be completed upon award Address: Bureau of Engraving and Printing 14th & C. Streets, S.W. Washington, DC 20228 Phone: To be completed upon award 3.2 The Contractor shall provide the Government a point of contact along with a back-up point of contract for the duration of this effort. They shall be responsible for all matters in regards to this effort.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/RFQ-10-0041/listing.html)
 
Record
SN01985959-W 20091017/091015234945-b2c9cb279b3858c30ed6cae7396ebb3d (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.