Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2012 FBO #3701
SOLICITATION NOTICE

66 -- Two (2) Ultrasonic Flow Meters and technical services to assist in product startup, programming, calibration and training of personnel on-site.

Notice Date
1/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical 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
BEP-RFQ-12-0055
 
Archive Date
2/3/2012
 
Point of Contact
Casey Meng, Phone: 2028749763
 
E-Mail Address
casey.meng@bep.gov
(casey.meng@bep.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; proposals are being requested and a written solicitation will not be issued. This requirement is also a 100% small business set-aside. The solicitation No. is BEP-RFQ-12-0055 and this is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55 including amendments effective January 3, 2012. This requirement is being set-aside as a Total Small Businesses set aside under NAICS code 541990. Only qualified Offerors may submit responses. The Government anticipates awarding a Firm Fixed-Price Purchase Order. II. STATEMENT OF NEED: The Bureau of Engraving and Printing (BEP) has a requirement for the purchase of the following items: Two (2) Ultrasonic Flow Meters with the following specifications and a service technician to assist in product startup, programming, calibration and training of personnel on-site. NOTE: BEP WILL BE RESPONSIBLE FOR INSTLLATION : • The meter must be a Permanent Clamp-On Ultrasonic Flow Meter with no liquid contact that mounts externally on the pipe. • The meter must utilize the transit-time flow measurement technique and Single Channel Permanent Flow-meter 4-20mA pulse output. Single Channel Transit-Time (Doppler enabled) NEMA 4X enclosure with LCD display & keypad, multi-language capability, RS-232, data-logger, 100 to 240VAC power standard. • The meter must have a multi-point (7 points minimum) wet flow calibration certificate accredited from an international standards agency with an accuracy of better than 1%. • The meter must have a transducer encased in stainless steel with an integral armored stainless steel jacketed TRIAX cable. The use of COAX cable and BNC cable connections will not be acceptable. • The transducers are to be mounted in a fully sealed (water tight) stainless steel mounting track and have the ability to be coupled using permanent coupling pads (grease is NOT acceptable). • All transducer markings and identification must be laser scribed and solvent resistant. The use of adhesive labels for transducer identification will not be acceptable. • All transducers supplied must have a multi-point (7 points minimum) wet flow calibration certificate accredited from an international standards agency with an accuracy of better than 1%. All calibration and transducer data must reside in a non-volatile memory chip located in the transducer junction box or flow meter. • The meter must have the ability to automatically recognize the transducers when connected. Programming of the transducer type into the meter will not be acceptable. • The meter must be of a type that requires NO zero calibration. The zero calibration must be factory pre-set automatic without the need for zero check/calibration after installation. There must not be any zero drift mechanisms (i.e. temperature change related drift) as the meters can NOT be installed with any low-flow cutoff or "deadband". • The meter must also provide automatic Reynolds number, liquid sonic velocity compensation, and have built in liquid tables for automatic sound velocity, viscosity, and density settings. • The flowmeter electronics shall be housed in a NEMA4X enclosure and must have the ability to indicate flow rate, flow velocity, mass flow, total flow, signal strength, signal quality, liquid sonic velocity, Reynolds regime (laminar/turbulent/transition). • The meter must have the ability to have dynamic (automatic) compensation for changes in viscosity and density. The item shall be delivered to the following government address (see Section VI.6.2 below for specific delivery information); The Bureau of Engraving and Printing Attention: To-Be-Determined at award D Street, Between 13th & 14th Sts, S.W. Washington, DC 20228 III. INSTRUCTIONS: Interested parties shall provide a quote in accordance with the below instructions. Quotes shall be provided on company letterhead, reference BEP-RFQ-12-0055 and submitted to the attention of Casey Meng, Contract Specialist and include the following: 1. Proposed pricing for the item listed in Section II above. Pricing shall include, separately, the cost of the item in the quantity required, on-site technician services requested, and delivery/shipping; 2. Discussion of the approach to be provided for the requested product startup, programming, calibration and training of designated BEP personnel (e.g. timeframe, resources, training outline); 3. Product warranty; 4. Delivery date after receipt of award; 5. Payment discount terms; and 6. 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 FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items. IV. DUE DATE: Responses are due no later than 3:00 P.M. ET August 19, 2012 and will be accepted either via fax at 202-874-2200 or by e-mail sent to casey.meng@bep.gov. V. EVALUATION & AWARD: Offerors will be evaluated as lowest price technically acceptable. VI. TERMS AND CONDITIONS: 6.1 Provisions & 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; 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 52.247-34 F.O.B. Destination. The following clauses cited in 52.212-5 above are applicable; 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for workers with Disabilities; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 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 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 Attention: To-Be-Determined at award D Street, Between 13th & 14th Sts, S.W. Washington, DC 20228 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 our 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 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 6.4 On-Site Services location: The Contractor shall perform product startup, programming, calibration and training of designated BEP personnel on-site at the following Government location: The Bureau of Engraving and Printing Attention: To-Be-Determined at award D Street, Between 13th & 14th Sts, S.W. Washington, DC 20228 6.5 BEP Working Restrictions: When performing services at BEP such work must be performed without: 1. Interfering with Government business; 2. Unduly restricting traffic; 3. Causing unsafe conditions for employees and visitors; and 4. Adversely affecting the operation of BEP facility. 5. Non-compliance with security regulations. Failure to adhere to this requirement can be considered grounds for termination. In addition, if BEP determines that the Contractor is performing work in violation of any of the above, the Contractor shall be required to perform the work at such time and under such conditions as are in the best interest of BEP at no additional cost to the Government. The directions of the CO under these circumstances shall be binding and shall be executed by the Contractor at no additional cost to the Government. 6.6 Parking: BEP will not be responsible for providing parking for Contractor personnel performing work under this effort at the BEP's facility]. 6.7 Dates & Times: The Contractor is responsible for appropriately planning, coordinating and scheduling the performance of the on-site services with the COTR or authorized designee. As a result, services may need to occur after BEP's standard hours of operation, on weekends, on Federal Holidays or during BEP's Y.E.S period dependent on the circumstances and needs of BEP. BEP's standard hours of operation is Monday through Friday 7:00AM to 5:00 P.M. Eastern Standard Time. However, the facilities itself remains open 24x7x365, including all Federal Holidays and BEP's Y.E.S period. 6.8 DTAR 1052.201-70 Contracting Officer′s Technical Representative (COTR) Appointment and Authority (AUG 2011): (a) The COTR is [To-Be-Completed upon award] (b) Performance of work under this contract is subject to the technical direction of the COTR identified above, or a representative designated in writing. The term "technical direction" includes, without limitation, direction to the contractor that directs or redirects the labor effort, shifts the work between work areas or locations, and/or fills in details and otherwise serves to ensure that tasks outlined in the work statement are accomplished satisfactorily. (c) Technical direction must be within the scope of the contract specification(s)/work statement. The COTR does not have authority to issue technical direction that: (1) Constitutes a change of assignment or additional work outside the contract specification(s)/work statement; (2) Constitutes a change as defined in the clause entitled "Changes"; (3) In any manner causes an increase or decrease in the contract price, or the time required for contract performance; (4) Changes any of the terms, conditions, or specification(s)/work statement of the contract; (5) Interferes with the contractor's right to perform under the terms and conditions of the contract; or (6) Directs, supervises or otherwise controls the actions of the contractor's employees. (d) Technical direction may be oral or in writing. The COTR must confirm oral direction in writing within five workdays, with a copy to the Contracting Officer. (e) The Contractor shall proceed promptly with performance resulting from the technical direction issued by the COTR. If, in the opinion of the contractor, any direction of the COTR or the designated representative falls within the limitations of (c) above, the contractor shall immediately notify the CO no later than the beginning of the next Government work day. (f) Failure of the Contractor and the CO to agree that technical direction is within the scope of the contract shall be subject to the terms of the clause entitled "Disputes."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFQ-12-0055/listing.html)
 
Record
SN02651953-W 20120112/120110234635-154de5ee45f37121cc2f9cc242a51fdf (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.