Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

36 -- Spare Part

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333293 — Printing Machinery and Equipment Manufacturing
 
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-11-0410
 
Archive Date
9/29/2011
 
Point of Contact
Diane Rollins, Phone: (202) 874-2392
 
E-Mail Address
diane.rollins@bep.treas.gov
(diane.rollins@bep.treas.gov)
 
Small Business Set-Aside
N/A
 
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; quotes are being requested and a written solicitation will not be issued. The solicitation number, RFQ-11-0410 is being issued as a Request for Quotation (RFQ). This solicitation is being conducted using full and open competition without restriction categorized under NAICS code 333293 Printing Machinery & Equipment. Only qualified offerors may submit responses. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 including amendments effective July 5, 2011. The Government anticipates awarding one or more Firm Fixed-Price Purchase Orders. II. Statement of Need: The Bureau of Engraving and Printing (BEP) has a requirement for the purchase of the following items: BEP #2M033114, 6 ea, bar clamping plate cylinder (leading edge) clamping bar L5535826 013-002 print unit SOI WAFI. BEP #2M033121, 6 ea, bar clamping plate cylinder (trailing edge) clamping bar L5535836 013-003 print unit SOI WAFI. BEP #2M033181, 6 ea, plate, plate clamping plate cylinder base plate L5535812 013-001 print unit SOI WAFI. BEP #2E030045, 4 ea, motor synchronous (servo-motor) for feeeder (main and aux0 and delivery pile movement schmachtl HJ96C6-44S/BR 48OV 4.9A/5. 1A. BEP #2E030046, 3 ea, motor synchronous (servo-motor) feedback belt drive schmachtl HDY92E4-44S 230V 3.7A 0.85KW 4400RPM 1.85NCM KBA part #L0852710 for use on SOI WAFI BEP #2E026453, 3 ea, shaft complete (clutch) repair part for Herma labeler (repair part for herma labeler) model H300 SLK 16 basic part #646754 repair part for new cope press. BEP #2E026439, 5 ea, motor blower oven 670M1+W bielomatik K102924 repair part for new cope press. BEP #2M033135, 2 ea, pivot arm on/off (No 2) side II SOI lever L6226952 422-006 ink carriage. BEP #2E030044, 4 ea, controller posmo motor 8 channel BDT part number 163-020-021 KBA part #L0055058 for use on SOI WAFI. BEP #2M033278, 9 ea, eccentric holder adjustment at inking roller bearing side II inking roller SOI bearing L6209453 422-041 ink carriage SOI WAFI. BEP #2M032263, 6 ea, strip clamping bar part no L5535842 repair part for the super orlof press. BEP #2M033291, 10 ea, eccentric holder adjustment at inking roller bearing side I inking roller SOI bearing L5209444 422-040 ink carriage SOI WAFI. These items shall be delivered to the following government address (see Section VI.6.2 below for specific delivery information); The Bureau of Engraving and Printing D Street, Between 13th and 14th Streets, S.W. Washington, D. C. 20228 III. INSTRUCTIONS: Interested parties who can provide the required supplies should submit quote in writing, substantiating their ability to furnish either one or more of the items listed in Section II above. Responses shall be provided on company letterhead, reference the RFQ Number BEP RFQ-11-0260 and submitted to the attention of Diane Rollins via e-mail to diane.rollins@bep.treas.gov or facsimile at (202) 874-3135. Responses received after this deadline will not be evaluated or considered for award. Offerors shall provide as part of their response the following; 1. Proposed pricing for one of more of the items listed in Section II above. Pricing shall include the cost of delivery/shipping; 2. Delivery date after receipt of award; 3. Payment discount terms; and in addition, unless available via ORCA (i.e. www.orca.bpn.gov) Offerors are also to include a completed copy of their Representations and Certifications as per the provision 52.212-3, Offeror Representations and Certifications-Commercial Items. 4. Offerors will be evaluated as lowest price technically acceptable (LPTA). The BEP reserves the right to award one or more Purchase Orders for one or more of the items if it is determined to be most advantageous to the Government. IV. DUE DATE : Responses are due no later than 2:30 P.M. ET May 13, 2011 and will be accepted either via fax at 202-874-3135 or by e-mail sent to diane.rollins@bep.treas.gov. EVALUATION & AWARD: Offerors will be evaluated as lowest price technically acceptable (LPTA). VI. TERMS AND CONDITIONS: 6.1 Provisions & Clauses: The following provisions and clauses are incorporated by reference and apply to this acquisition: 52.211-17 Delivery of Excess quantity 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; 52.247-35 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; 52.222-3 Convict Labor; 52.204-10-1 Reporting Executive Compensation and First Tier Subcontract Awards 52.222-19 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; 52.225-1, Buy American Act-Supplies; 52.225-13 Restrictions on Certain Foreign Purchases; 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. 6.2 Delivery Information: Washington, DC: Supplies or other 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 D Street, Between 13th and 14th Streets, S.W. 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. 6.3 Invoices and Payments: 6.3.1 Invoices shall be submitted electronically through the Internet Payment Platform (IPP). The IPP is a comprehensive payment information service provided at no charge by the U.S. Department of the Treasury's Financial Management Service (FMS). The IPP provides a centralized location to view all transactions in the order-to-pay process, transforming paper-based processes into an electronic process for both the agency and supplier. IPP is the BEP's preferred method of submitting invoices for payment. For contractors who require more information on the IPP program, including enrollment, please contact the support activity using the information below: Internet Payment Platform (IPP) Support (617) 973-3069 IPPgroup@bos.frb.org If your firm is unable to comply with the IPP processing requirements, then the following process shall apply for submission of invoices for payment: Original & 1 Copy to the Paying Office identified in SF 1449 Block 18a 1 Copy to the Designated Point of Contact 6.3.2 Additional Invoice Instructions: Invoices shall be submitted upon completion of each Call, or if multiple Calls occur within a month, at the end of the month. 6.3.3 Payment Instructions: Payment will be based on receipt of a proper invoice and contract performance. An invoice is a "proper invoice" as defined under FAR Clause 52.212-4(g). The Invoice issues, besides IPP technical related issues are to be handled and resolved between the Contractor and the Designated Point of Contact. The Contractor shall direct all questions and resolve all issues concerning invoices with the Designated Point of Contact (or CO if necessary). Contractor shall direct questions regarding payment to the Designated Point of Contact and/or the designated payment office listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/RFQ-11-0410/listing.html)
 
Record
SN02568185-W 20110910/110909001208-971972345bb528f9102b7cfb9c6a8ee6 (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.