Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
SOLICITATION NOTICE

68 -- Sodium Hydroxide 50% / Caustic Soda - (Draft)

Notice Date
2/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325181 — Alkalies and Chlorine 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
BEP-RFQ-12-0064
 
Archive Date
3/10/2012
 
Point of Contact
Astley Davy, Phone: 202-927-0427, Ruth Wright, Phone: 202-874-1981
 
E-Mail Address
astley.davy@bep.gov, ruth.wright@bep.gov
(astley.davy@bep.gov, ruth.wright@bep.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment C Attachment B Attachment A This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR Subpart 16.203 as supplemented with additional information included in this notice. This procurement is a replacement for TEP-09-0010 and is a 100% SET-ASIDE FOR SMALL BUSINESS, with a non-manufacturer rule waiver and only qualified offerors may submit bids. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55, effective January 3, 2012. The associated North American Industrial Classification System (NAICS) code for this procurement is 325181 with a small business size standard of 1000 employees. Announcement BEP-RFQ-12-0064 constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The U.S. Department of Treasury's, the Bureau of Engraving and Printing (BEP) facility located in Washington D.C. at 15th Street, S.W., Washington, D.C. 20228 intends to establish a contract to provide 50% sodium hydroxide (caustic soda) with a contractor who can demonstrate capability of providing 50% sodium hydroxide which is used as an ingredient in water based alkaline solution for wiping ink from the non-image area of currency printing plate printing presses. This material has been assigned BEP stock item number 2A00580 when delivered in bulk and as BEP stock item number 2A00580A when delivered in 55-gallon (208 liter) drums. The Contractor shall furnish all facilities, labor, and materials to provide the 50% Sodium Hydroxide Solution in accordance with the terms and conditions herein and BEP Specification No. C: SHS-3G, dated December 19, 2011, as set forth in Attachment A. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. QUESTIONS SUBMISSION All questions must be submitted by no later than February 13th, 2012 no later than 3:00 P.M. Eastern Time to the Contract Specialist identified in this notice. No questions will be answered after this date. Questions and answers will be provided to all prospective offeror(s) via posting on FedBizOpps. Offerors are instructed to contact only the solicitation Issuing Office shown on page 9 for information about any aspect of the solicitation. Prospective offerors are cautioned against contacting Government technical personnel in regard to this solicitation prior to award of this procurement. If such a contact occurs and is found to be prejudicial to competing offerors, the offeror making such a contact may be excluded from award consideration. DUE DATE All responses to this RFQ are due no later than February 24, 2012, at 2:00 P.M. Eastern Time to: Department of Treasury Bureau of Engraving and Printing Office of Acquisitions Room 705-I, Attention: Mr. Astley Davy Washington, D.C. 20228 Or via email: astley.davy@bep.gov SUBMISSION REQUIREMENTS Offeror are responsible for ensuring all applicable blocks are completed and complete pricing for the base year and all option years. Complete all certifications and representations. Submit quote (via e-mail is preferred but not mandatory) in accordance with the solicitation to include your past performance references. INCURRING COST The CO is the only person who can legally obligate the Government for the expenditure of public funds. Costs shall not be incurred by recipients of this solicitation in anticipation of receiving direct reimbursement from the Government. It is understood that an Offeror's proposal will become part of the official file on this matter without obligation of the Government. INSTRUCTIONS FAR PROVISION 52.252 1 - SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the CO will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far (End of Provision) 52.209- 7 Information Regarding Responsibility Matters JAN 2011 52.211-17 Delivery of Excess Quantities SEP 1989 52.212-1 Instructions to Offerors -- Commercial Items JUN 2008 52.212-3 Offeror Representations and Certifications-Commercial Items NOV 2011 52.223-3 Hazardous Material Identification And Material Safety Data JAN 1997 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-11 Ozone-Depleting Substances MAY 2001 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification NOV 2011 52.247-35 F.O.B. Destination, within Consignee's Premises APR 1984 PROVISIONS INCORPORATED BY FULL TEXT FAR CLAUSE 52.212-2 EVALUATION--COMMERCIAL ITEMS JAN 1999 (a) 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 contracting officer reserves the right to waive the material sample evaluation and/or any or all parts of the technical evaluation if determined to be in the Government's best interest. The following factors, listed in order of importance, shall be used to evaluate offers: Technical, Past Performance and Price. A. TECHNICAL - MATERIAL SAMPLE RATING: PASS/ FAIL Material samples will be evaluated to determine if it conforms to the minimum requirements of Attachment A and any other requirements set forth herein. Material Sample and Material Safety Data Sheets (MSDS). Offerors must submit a material sample. Accordingly, MSDS, as required by FAR clause 52.223-3, shall be submitted in triplicate and shall be received at BEP at least ten (10) business days prior to the submittal of samples. MSDSs shall be mailed or delivered to the Bureau of Engraving and Printing, Office of Technical Support, Attention: COTR, Dr. Michael Napolitano, 14th and C Streets, S.W., Washington, D.C. 20228-0001. Copies of MSDSs shall be included with the quote. Samples will not be evaluated or considered for award without the receipt of the appropriate and complete MSDSs. The Government will not pay for material samples submitted for evaluation under this solicitation The samples shall be packaged in compliance with the requirements of Section 5 of Attachment A. The sample material shall be labeled as follows: Bureau of Engraving and Printing Office of Technical Support Attention: Dr. Michael Napolitano Sample of 50% sodium hydroxide Stock item number 2a000580 Offeror's name and address BEP Solicitation number Lot number & date of manufacture The marking used shall be legible, not less than 25 millimeters high, and of a color contrasting to that of its background. Sample material shall be delivered to: Bureau of Engraving and Printing Shipping and Receiving D Street, Between 13th and 14th Streets, S.W. Washington, D.C. 20228-0001 ATTN: Dr. Michael Napolitano Receiving hours for deliveries is 7:30 a.m. to 2:30 p.m., local time, Monday through Friday, excluding U.S. Government holidays and BEP Year-End-Shutdown. The Contractor shall contact BEP's Receiving Section (202) 874-2333 at least twenty-four (24) hours in advance to schedule all deliveries. Although samples shall be submitted separately from the quote document, these samples are considered a part of each offeror's quote package. Failure to furnish samples as requested will require rejection of the quote. Preservation, packaging, and marking for all items delivered hereunder shall be in accordance with Attachment A, Section 5.0, entitled Preparation for Delivery and Attachment B. Samples will be tested and evaluated in accordance with the Section below entitled, "Basis and Evaluation for Award" for compliance with all the characteristics listed for examination in this solicitation. B. TECHNICAL - ENVIRONMENTAL, HEALTH AND SAFETY CERTIFICATION RATING: PASS/ FAIL Did the Offeror submit the requested certificate and that it conforms to the requirements set forth herein. Offerors shall certify that they are in compliance with the environmental, health and safety requirements as set forth in Attachment C by submitting a written certification with their quote. C. PAST PERFORMANCE RATING: ACCEPTABLE/ NEUTRAL/ UNACCEPTABLE Evaluation of past performance will be a subjective assessment based on a consideration of all relevant facts and circumstances. BEP will consider the depth, breadth, and relevance the offeror's experience. BEP is seeking to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely delivery. BEP will evaluate the offeror's reputation for conforming to specifications and to standards of good workmanship; for adherence to contract schedules; for reasonable and cooperative behavior; and commitment to customer satisfaction. In the case of an offeror without a record of relevant past performance or for who past performance is not available, the offeror will receive a NEUTRAL rating. Each offeror will be evaluated on its performance under existing and prior contracts for similar products. The Government will focus on information that demonstrates quality of performance relative to the size and complexity of the procurement under consideration. BEP reserves the right to contact the references submitted by the Offeror as well as use any additional information it obtains as part of the evaluation process. Each offeror shall provide a list of at least three contracts completed during the last three years and all contracts currently in place for 50% Sodium Hydroxide Solution. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments, foreign governments, and commercial customers. Include the following information for each contract: 1. Name of Contracting Activity or Customer 2. Contract Number or Other Identification Number 3. Contract Type 4. Total Contract Value or Volume 5. Description of Product 6. Marketing Representative/Contracting Officer and Telephone Number 7. Technical/COTR Point of Contact and Telephone Number The offeror should provide information on problems encountered on the contract(s) and corrective actions to resolve those problems. D. PRICE For evaluation purposes, the proposed unit prices shall be multiplied by the estimated quantities set forth above this solicitation for a total price. The Government will evaluate the reasonableness of the total price of each acceptable offer in relation to other acceptable offers. Offerors shall complete the pricing shown below: FAR PROVISION 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a twelve (12) month base year, with four (4) twelve (12) month option periods Indefinite Delivery/Indefinite Quantity type contract with fixed price line items resulting from this solicitation. (End of Provision) 52.225-18 PLACE OF MANUFACTURE (SEP 2006) (a) Definitions. As used in this clause- " Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (End of Provision) FAR PROVISION FAR 52.233-2 SERVICE OF PROTEST (AUG 1996) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from the Contracting Officer identified on page 9. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) DUPLICATION OF COST CERTIFICATION The Contractor represents and certifies that any charges contemplated and included in their quote are not duplicative of any charges against any other Government contract, subcontract, or other Government source. CONFLICT OF INTEREST CERTIFICATION The offeror hereby certifies that: (a) The offeror 0 is, 0 is not, a former BEP regular or special employee whose BEP employment terminated within one year prior to submission of this quote. (b) The offeror 0 does, 0 does not, employ a former BEP regular or special employee whose BEP employment terminated within one year prior to submission of this quote and who will be involved directly or indirectly in the management, administration, or performance of any contract resulting from this quote. (c) The offeror 0 will, 0 will not, employ as a consultant on any contract resulting from this quote a former regular or special BEP employee whose BEP employment terminated within one year prior to submission of this quote. (d) A former BEP employee whose BEP employment terminated within one year prior to submission of this quote or such employee's spouse or minor child 0 does, 0 does not, hold a controlling interest in the offeror firm. TERMS AND CONDITIONS FAR CLAUSE 52.252 2 - CLAUSES INCORPORATED BY REFERENCE (FEB 1998): This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the CO will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es) https://www.acquisition.gov/far (End of Clause) 52.211-16 Variation in Quantity APR 1984 (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) below. (b) The permissible variation shall be limited to: 10 percent increase /10 percent decrease. This increase or decrease shall apply to ALL CLIN's. ***** 52.212-4 Contract Terms and Conditions-Commercial Items JUN 2010 (a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance (See Attachment (A). The Government may require replacement of nonconforming supplies at no increase in contract price. If replacement will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights- (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. Inspection and acceptance of the supplies to be provided hereunder, shall be made by the BEP appointed Contracting Officer's Technical Representative (COTR) in accordance with DTAR 1052.201-70. The constructive acceptance period shall be 14 calendar days after the contractor has made delivery of the ordered item. If the Government subsequently rejects the items, and replacement cannot be effected within the contract inspection period, the Contractor may request that the contract delivery date be extended. Any extension granted will be at the mutual agreement of the parties, within the urgency of the Government's needs. Invoices shall be submitted in accordance with paragraph (g) of FAR 52.212-4 as follows: Original & 1 Copy To the Paying Office to be identified after award 1 Copy To the Administrative Contracting Officer on page 9 1 Copy To the COTR identified in DTAR 1052.201-70 ***** (o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract for 180 days after delivery. ***** 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive JAN 2012 Orders- Commercial Items ***** (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ___Alternate I (AUG 2007) of 52.222-50 (22 U.S.C.7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:[Contracting Officer check as appropriate.] X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). X (2) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). X (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (DEC 2010) (31 U.S.C. 6101note). X (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JAN 2012)(41 U.S.C. 2313). X(8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8,and section 745 of Division D of Pub. L. 110-161). X (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). X (23) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2)). X(26) 52.222-3, Convict Labor (JUNE 2003)(E.O. 11755). X (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126). X (28) 52.222-21, Prohibition of Segregated Facilities(FEB 1999). X (29) 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246). X (30) 52.222-35, Equal Opportunity for Veterans (SEP 2010)(38 U.S.C. 4212). X (31) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). X(32) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). X (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O.13496). X (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O.13513). X (40)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (JUNE 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). X (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). ***** 52.216-18 Ordering OCT 1995 (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from: Base Period: Date of award through 12 months thereafter Option Period I: 13 months through 24 months Option Period II: 25 months through 36 months Option Period III: 37 months through 48 months Option Period IV: 49 months through 60 months ***** 52.216-19 Order Limitations OCT 1995 ***** Minimum Order. When the Government requires supplies or services covered by this contract in an amount of less than 9,500 gallons in tanker trucks and 660 gallons in drums, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. Maximum Order. The Contractor is not obligated to honor-- (1) Any order for a single item in excess of 9,501 gallons for tanker trucks and 661 gallons in (Drums); (2) Any order for a combination of items in excess of 9,501 gallons; or (3) A series of orders from the same ordering office within 5 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. ***** (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. ***** 52.246 15 Certificate of Conformance APR 1984 ***** "I certify that on ___________________________ [insert date], the ______________________________ [insert Contractor's name] furnished the supplies or services called for by Contract No. [___________________________] via _______________________________ [Carrier] on _______________________ [identify the bill of lading or shipping document] in accordance with all applicable requirements. I further certify that the supplies or services are of the quality specified and conform in all respects with the contract requirements, including specifications, drawings, preservation, packaging, packing, marking requirements, and physical item identification (part number), and are in the quantity shown on this or on the attached acceptance document." ***** ***** Date of Execution: ________________________________ Signature: ________________________________ Title: ________________________________ ***** FAR CLAUSE 52.216-22 INDEFINITE QUANTITY (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after FAR CLAUSE 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 (months). DTAR 1052.201-70 - CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) - APPOINTMENT AND AUTHORITY (AUG 2011) a. The COTR is (to be designated by the CO at contract award) and can be reached at: Bureau of Engraving and Printing Office of Materials Technology Attn: [to be inserted at time of contract award], 14th and C Streets, S.W. Washington, DC 20228-0001 Telephone: [to be inserted at time of contract award] E-Mail: [to be inserted at time of contract award] b. Performance of work under this contract must be 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, 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 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 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 shall confirm oral direction in writing within five work days, 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 his/her designee, falls within the limitations in (c) above, the contractor shall immediately notify the contracting officer no later than the beginning of the next Government work day. f. Failure of the contractor and the contracting officer to agree that technical direction is within the scope of the contract shall be subject to the terms of FAR Clause 52.212-4. (End of Clause) DTAR 1052.210-70 - CONTRACTOR PUBLICITY (AUG 2011) The Contractor, or any entity or representative acting on behalf of the Contractor, shall not refer to the equipment or services furnished pursuant to the provisions of this contract in any news release or commercial advertising, or in connection with any news release or commercial advertising, without first obtaining explicit written consent to do so from the Contracting Officer. Should any reference to such equipment or services appear in any news release or commercial advertising issued by or on behalf of the Contractor without the required consent, the Government shall consider institution of all remedies available under applicable law, including 31 U.S.C. 333, and this contract. Further, any violation of this provision may be considered during the evaluation of past performance in future competitively negotiated acquisitions. (End of Clause) MATERIAL CONFORMANCE The items to be provided under this contract shall conform to the requirements set forth in Attachments A of this contract and any other applicable clauses. The material shall be identical to the material sample which the Contractor submitted with their proposal for evaluation, and shall deviate from the material sample only in those characteristics changed and agreed upon in writing during any contract negotiations. Any deviation from the material sample post contract award shall be agreed upon by the COTR, approved by the CO, and may be subject to the FAR clause 52.212-4. MATERIAL REQUIREMENT The Contractor agrees to adhere to and provide the 50% sodium hydroxide (caustic soda) in accordance with the material requirement set for in Attachment A of this contract and any other applicable clauses. The Contractor shall not change physical requirement during the term of the contract without priorapproval from the CO. SPECIAL CONTRACT REQUIREMENTS TYPE OF CONTRACT This is a twelve (12) month; with four twelve (12) month option periods Indefinite Delivery/Indefinite Quantity contract with fixed price line items. ORDERING AUTHORITY AND PROCEDURES a. Orders under this contract shall be issued by an authorized and warranted CO of the following activity: Bureau of Engraving and Printing. 14th and C Streets, S.W. Washington, DC 20228-0001 b. Orders will be placed in writing using Optional Form 347 or another form or means deemed acceptable by BEP. At a minimum, each Order will contain the following information: 1) contract number and Order number, 2) contract line item numbers, descriptions, contract unit prices and amounts, 3) delivery date, 4) place of delivery, 5) accounting and appropriation data, and 6) signature of an authorized ordering official. Orders shall be sent to the Contractor by an acceptable means of transmission (e.g. fax, e-mail). The issuance date of a Order for this contract shall be the date authorized by a warranted CO. c. The Government may place multiple Orders under this contract during each ordering period of the contract. PLACE OF DELIVERY-MULTIPLE LOCATIONS (a) Bulk Shipments - Items 001, 003, 005, 007 and 009 specified in Section B shall be delivered to the following address: Bureau of Engraving and Printing 15th Street, S.W. Washington, DC 20228 Receiving hours for deliveries are 6:00 p.m. to 9:00 p.m., local time, Monday through Friday, excluding U.S. Government holidays and BEP Year-End-Shutdown. The Contractor shall contact BEP's Receiving Section (202) 874-7717 at least twenty-four (24) hours in advance to schedule all deliveries. The following information should be provided: (b) Drum Shipments - Items 002, 004, 006, 008 and 010 specified in Section B shall be delivered to the following address: Bureau of Engraving and Printing Landover Warehouse Facility 3201 Pennsy Drive Landover, MD 20785 Receiving hours for deliveries is 8:00 a.m. to 2:15 p.m., local time, Monday through Friday, excluding U.S. Government holidays and BEP Year-End-Shutdown. The Contractor shall contact BEP's Receiving Section (202) 435-8147 at least twenty-four (24) hours in advance to schedule all deliveries. The following information should be provided: - Name of supplier/manufacturer - Contract/Purchase Order Number - Total number of cartons or pallets - Total weight - Date and Time of Delivery - Name of supplier/manufacturer - Contract/Purchase Order Number - Total number of cartons or pallets - Total weight - Date and Time of Delivery (c) The place(s) of delivery for items ordered under this contract shall be specified on the individual delivery order. BEP YEAR END SHUTDOWN PERIOD AND FEDERAL HOLIDAYS: a. BEP observes the federal holidays that are listed on the Office of Personnel website at: https://www.opm.gov/fedhol/. The Presidential Inauguration Day, which falls on January 20, 2013, is applicable only to the ECF and deliveries to the WCF will not be affected. b. BEP's YES Period typically occurs December 25th through January 1st of each calendar year. EFFECTIVE PERIOD OF CONTRACT - ORDERING The effective period(s) for placing delivery orders under this contract are outlined in FAR clause 52.216-18 above. The latest delivery date shall be ninety (90) calendar days after contract expiration of each ordering period. ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INTERNET PAYMENT PLATFORM (IPP) a. Payment requests must be submitted electronically through the U.S. Department of the Treasury's Internet Payment Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract (see Section I below). The IPP website address is: https://www.ipp.gov b. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice. Not Applicable c. The Contractor must use the IPP website to enroll, access, and use IPP for submitting requests for payment. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the CO. LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS Identifier Title/Description A BEP Specification Number C: SHS-3G dated December 19, 2011 entitled BEP Specification for 50% Sodium Hydroxide B BEP Specification Number L: VAB-IA dated October 22, 1992, entitled Specification for Vendor Affixed Barcode Labels, The Bureau of Engraving and Printing Materials. C Environmental, Health and Safety Specification
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFQ-12-0064/listing.html)
 
Place of Performance
Address: See Attachment A, United States
 
Record
SN02670643-W 20120210/120208235217-268ebbc2182394f43ffb2a70c430d761 (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.