Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2012 FBO #3807
SOLICITATION NOTICE

32 -- Heavy Duty Sliding Table Saw with freight, delivery, installation and training.

Notice Date
4/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423840 — Industrial Supplies Merchant Wholesalers
 
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-12-0222
 
Archive Date
5/19/2012
 
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-12-0222 and this is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 including amendments effective April 18, 2012. This requirement is being set-aside as a Total Small Businesses set aside under NAICS code 423840. 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 facility located in Washington, D.C. This is a combined production and administrative facility for producing United States currency and other secure documents. In this instance, BEP has a requirement to purchase one (1) heavy duty sliding table saw and two (2) 15 ¾" 84 tooth blades, inclusive of freight, delivery, installation and training. The heavy duty sliding table saw shall have at a minimum the following salient physical, functional, or performance characteristics; A. Durability 1. Solid, heavy 6mm thick plate steel frame; 2. Table with a replaceable table lip and a highly-ribbed, hollow-chambered profile; 3. Replaceable sliding table lip; 4. Cross cut table minimum of galvanized for corrosion resistance; and 5. Wear resistant guides for sliding table. B. General Quality and Abilities 1. Cast Iron table (minimum of 30" x 40") for stability and durability; 2. 230 Volt; 3. Three phase; 4. Minimum 10 horse power; 5. Fence extrusion for veneer overhang applications; 5. 7.5 KW 10 horsepower motor; 5. Three rotational speeds 4000 / 4800 / 6000 rpm; 8. Sliding table length over 9.5 feet; 9. For stability purposes weigh over 2,500 lbs; 10. Riving knife; 11. Crosscut fence with a measurement scale with magnifying glass for display; 12. Minimum 9.5 foot sliding table, that is able to be moved continuously and then locked in place; 13. Cross cut table with fixed settings for 0, 22.5, 60, and 45 degree cuts; 14. Cross cut table minimum of steel for stability and durability; 15. Cross cut table minimum of (4.25 feet x 2 feet) ; 16. Saw blade diameter 15 3/4 " minimum; 17. Cutting width 49" or greater; and 18. Maximum cutting height over 5 inches. C. Convenience 1. Adjusted from the operator position in front via a hand wheel; 2. Cutting-width display, which is integrated in the touchscreen controller, and shows measurements to better than.005 inches; 3. Detents for commonly used angles and length compensation software in the touchscreen controller for precise angular cuts; 4. No special tools required for saw blade change; 5. Step by step menus for complex cuts; 6. Ergonomically adjustable controller touch screen; 7. Cross cut table able to be clamped onto sliding table with one hand; and 8. Self-cleaning guides for sliding table. D. Safety 1. Compliance with OSHA 1910.213(c)(1), (c)(2), and (c)(3) requirements for the self-adjusting shield guard, spreader, and anti-kickback safety features; 2. Compliance with OSHA 1910.213 (a)(10) for disconnect switches and with NFPA 79 Electrical Standard for emergency stops and auto-restart safety features; and 3. Compliance with NFPA requirement for the intrinsically safe saw dust collection hood vacuum system. Training: The Contractor shall perform training on the operation of and maintenance of the heavy duty sliding table saw. Deliverables: The Contractor shall provide the COTR with two (2) copies of the operation and maintenance manual for the proposed heavy duty sliding table saw. This deliverable shall be provided at the time of delivery with the equipment. III. INSTRUCTIONS: To aid in evaluation, quotes shall be clearly and concisely written as well as being neat, indexed as appropriate and logically assembled. All pages of each part shall be appropriately numbered, and identified with the name of the offeror, the date, and the solicitation number to the extent practicable. Quotes are to be formatted using the following applications: Microsoft Word and Excel. An Offeror's overall response shall consist of three (3) parts, individually entitled as stated below. Failure to furnish a full and complete offer as instructed may result in the Offeror's response being considered unacceptable, therefore eliminated from further consideration and award. Overall, Quotes shall be provided on company letterhead, reference BEP-RFQ-12-00222 and submitted to the attention of Casey Meng, Contract Specialist and be broken down into the below Parts and include the following, but not limited to information: 1. Part I - Pricing: a. Proposed pricing for one (1) heavy duty sliding table saw and two (2) 15 ¾" 84 tooth blades. i. Pricing shall include, separately, the cost of the items, delivery/shipping and installation. b. Proposed pricing for the proposed training; i. As applicable, the Offeror shall propose pricing for each proposed training approach (e.g. on-site, off-site, and via video). c. Payment discount terms; and d. 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. 2. Part II - Technical: No cost/price information is to be included in this part. a. Detailed technical literature along with necessary description that demonstrate and describes how the proposed solution meets the above minimum characteristics along with other details and specifications about the proposed solution. b. Proposed delivery date after receipt of award; c. Installation approach: This subpart is to include details on the requirements of installation of the heavy duty sliding table saw and two (2) 15 ¾" 84 tooth blades (e.g. length of time needed, resources, etc); d. Proposed training approach. This subpart shall include a detailed description of the proposed training approaches that can be performed by the Contractor in support of this effort (e.g. on-site, off-site, via a video, etc), including information on the subjects to be discussed, literature to be provided/used, training requirements, length of training, etc. (i) If training is proposed to be performed by the Contractor on-site, BEP agrees to limit the training to a class size of not to exceed eight (8) designated individuals. e. Proposed lead time needed for performance of the on-site training after delivery; 3. Part III - Past Performance Information: No cost/price information is to be included in this part. Past Performance information shall include a list of no more than three (3) contracts or subcontracts, similar in complexity and scope as described in the solicitation, completed or in process, during the past three (3) years. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments, foreign governments and commercial customers. Offerors that are newly formed entities without prior contracts should list contracts as required above for all team members. Include the following information for each contract: i. Name of Customer ii. Contract Number or other identification number iii. Contract Type iv. Total Contract Value v. Contract Period of Performance vi. Description of product provided and related services performed in support of the Contract. Include as much detail as need to demonstrate the contract being similar in labor mix, level of complexity, and scope as described in the solicitation. vii. Point of Contact with correct/current telephone number The Government reserves the right to contact these references as well as use any additional information it obtains. This part shall not exceed five (5) pages in length. IV. DUE DATE: Responses are due no later than Noon Eastern Time May 4, 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: 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 following factors shall be used to evaluate offers: Technical Past Performance and Price. Technical and past performance, when combined, are more important when compared to price. (b) Options. 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). (c) 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 (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 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 Representation; 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 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 Electronic Invoicing and Payment Requirements - Internet Payment Platform (IPP): 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. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice. Not Applicable_ 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. 6.4 Contracting Officer's Technical Representative (COTR) Designation and Authority (DTAR 1052.201-70)(AUG 2011): (a) The COTR is (to be designated by the Contracting Officer at award) and be reached at: Bureau of Engraving and Printing D Street, Between 13th & 14th Sts, S.W. Washington, DC 20228 Telephone: [to be inserted at time of award] E-Mail: [to be inserted at time of 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 52.212-4(c); (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 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 the clause 52.212-4(d). (End of clause) 6.5 BEP WORKING RESTRICTIONS: When performing services at the place of performance 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 the CO 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 Security: While on-site Contractor personnel will be given a visitors security badge and escorted by Government authorized personnel. Visitor security badges shall be worn above the waist, clearly visible, with picture or front side front forward at all times. Visitor security badges are to be returned upon leaving the site. 6.7 Parking: The Government will not be responsible for providing parking for Contractor personnel performing under this effort.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFQ-12-0222/listing.html)
 
Record
SN02731271-W 20120427/120426000023-88201ce1ff168dd449478e951bb6e8ea (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.