Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2012 FBO #4016
SOLICITATION NOTICE

93 -- FRB Cash Pallets - Requirements

Notice Date
11/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product 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-13-0308
 
Archive Date
12/11/2012
 
Point of Contact
Abiola Akinmutimi, Phone: 202-874-0709, Thomas O'Linn, Phone: (202)874-3238
 
E-Mail Address
abiola.akinmutimi@bep.gov, thomas.olinn@bep.gov
(abiola.akinmutimi@bep.gov, thomas.olinn@bep.gov)
 
Small Business Set-Aside
N/A
 
Description
Pallet Requirements 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 document # is BEP-RFQ-13-0308 and this is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61 including amendments effective October 15, 2012. This requirement is being set-aside as a Total Small Businesses set aside under NAICS code 326199. 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 to purchase pallets for use in transporting money through the Federal Reserve Bank materials handling system (see Attachment A for product requirements and diagram). Quantity needed is 500 pallets. 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. 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 quote being considered unacceptable, therefore eliminated from further consideration and award. Overall, quotes shall be provided on company letterhead, reference BEP-RFQ-13-0308 and submitted to the attention of the Contract Specialist listed in Section IV below and be broken down into the below Parts and include the following, but not limited to information: 1. Part I Pricing & Reps & Certs: a. Proposed pricing for the item in the quantity listed in Section II above. Pricing shall include the cost of delivery/shipping; b. Payment discount terms. c. In addition, unless available via SAM (i.e. www.sam.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. 2. Part II - Technical: No cost/price information is to be included with this Part. The following sub elements are listed in descending order of importance. a. Delivery date after receipt of award; i. If staggered delivery is necessary please indicate the proposed delivery dates and quantities that can be supplied. b. Technical description and literature regarding the item being proposed. c. Warranty information. d. Wavier: If applicable, an Offeror can submit a request for waiver of the First Article testing requirement (see Section 8.6 below). The waiver request must include certification that the offered product is the same product procured by the BEP from the offeror under a previous or current contract; the previously offered product was accepted and found to comply with specification and other technical requirements for technical acceptability conforming in every material respect with those of this solicitation; and the product offered under this solicitation will be produced under a resulting contract at the same plant in which the previously acquired product was produced. BEP will evaluate the waiver for accuracy, sufficiency and acceptability and make a determination as its approval or disapproval of the waiver request. If the determination is to disapprove the waiver request, the Offeror will need to adhere to the First Article Testing requirement as outlined in Section 8.6 below. e. Exceptions: The completion and submission of the items listed in Section III constitutes an offer and will indicate the Offeror's unconditional assent to the terms and conditions in the solicitation and in any attachments hereto. If an Offeror takes exception to any of the terms and conditions of this solicitation the Offeror must clearly state in this Part of their quote any exceptions taken. Offerors are cautioned that their quote may be determined unacceptable if the Offeror takes exception to any term or condition; thereby excluded from consideration and award. Altogether, if an Offeror takes exception to any of the terms and conditions of the solicitation they must do the following; (i) provide a statement that states the Offeror does take exception to the terms and conditions of the solicitation; (ii) identify the term or condition of the solicitation for which they take exception to; (iii) state the reason(s) for the exception; (iv) an explanation of any benefits to the Government; and (v) provide any other information concerning the exception(s). Altogether, exceptions must contain sufficient amplification and justification to permit evaluation. 3. Part III - Past Performance: No cost/price information is to be included with this Part. Past Performance information shall include a list of no more than three (3) contracts or subcontracts, similar in labor mix, level of 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: a. Name of Customer b. Contract Number or other identification number c. Contract Type d. Total Contract Value e. Contract Period of Performance f. 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. g. Point of Contact with correct/current telephone number The offeror may provide information on problems encountered on the contract(s) and corrective actions taken to resolve those problems. The Government reserves the right to contact these references as well as use any additional information it obtains. This section shall not exceed two (2) pages in length. IV. DUE DATE: Quotes are due no later than 12:00 PM Eastern Time November 26, 2012 and will be accepted either via fax (i.e. 202-874-2200) or by e-mail. Quote are to be submitted to the point of contacts listed in section V below. Offerors are responsible for confirming that their quote was received. V. POINT OF CONTACT: The primary point of contact for this solicitation is Abiola Akinmutimi, Contract Specialist, who can be reached via telephone at 202-874-0709, via e-mail at Abiola.Akinmutimi@bep.gov. The Secondary point of contact is Thomas O'Linn who can be reached via telephone at 202-874-3238, via e-mail at thomas.olinn@bep.gov VI. EVALUATION & AWARD: Evaluation shall be in accordance with FAR provision 52.212-2 EVALUATION COMMERCIAL ITEMS. The Government will award a Purchase Order 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 factors used to evaluate offers shall be Technical, Past Performance and Price. Technical and Past Performance when combined are significantly more important than 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 Government reserves the right to award to other than the lowest offer. VII. TERMS AND CONDITIONS: 7.1 Provisions & Clauses: The following provisions and clauses are incorporated by reference and apply to this solicitation: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions; 52.203-12 Limitation on Payments to Influence Certain Federal Transactions; 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation; 52.209-5, Certification Regarding Responsibility Matters; 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; 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products; 52.222-25 Affirmative Action Compliance; 52.225-2 Buy American Act Certificate; 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 52.247-34 F.O.B. Destination; 52.252-1 Solicitation Provisions Incorporated by Reference; and 52.252-2 Clauses Incorporated by Reference. The following clauses cited in 52.212-5 above are applicable to this solicitation; 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 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; 52.222-35, Equal Opportunity for Veterans; 52.222-36 Affirmative Action for workers with Disabilities; 52.222-37 Employment Reports on Veterans; 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. 7.2 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-completed upon award D Street, Between 13th and 14th Streets, S. W. Washington, D. C. 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 the receiving platform. 7.3 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. 7.4 DTAR 1052.201-70 - Contracting Officer's Technical Representative (COTR) - Appointment and Authority (AUG 2011) (a) The COR is To-Be-Completed upon award and can be reached at: (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 the clause entitled "Disputes." (End of clause) 7.5 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) 7.6 FAR Clause 52.209-3 First Article Approval - Contractor Testing (Sept 1989) ALT(1) (Jan 1997) (a) The Contractor shall test one (1) unit(s) of Lot/Item of the pallet as specified in this contract. At least five (5) calendar days before the beginning of first article tests, the Contractor shall notify the Contracting Officer, in writing, of the time and location of the testing so that the Government may witness the tests. (b) The Contractor shall submit the first article test report within _thirty (30)_ calendar days from the date of this contract to see Section 8.4 above for name and address marked "First Article Test Report: Contract No. To be completed upon award Lot/Item No. _one (1)__" Within fifteen (15) calendar days after the Government receives the test report, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall repeat any or all first article tests. After each request for additional tests, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall then conduct the tests and deliver another report to the Government under the terms and conditions and within the time specified by the Government. The Government shall take action on this report within the time specified in paragraph (b) of this subsection. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule, or for any additional costs to the Government related to these tests. (d) If the Contractor fails to deliver any first article report on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. (e) Unless otherwise provided in the contract, and if the approved first article is not consumed or destroyed in testing, the Contractor may deliver the approved first article as part of the contract quantity if it meets all contract requirements for acceptance. (f) If the Government does not act within the time specified in paragraph (b) or (c) of this subsection, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (g) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. (h) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the offeror/contractor and have been accepted by the Government. The offeror/contractor may request a waiver. (End of clause) Alternate I (Jan 1997). As prescribed in 9.308-1(a)(2) and (b)(2), add the following paragraph (i) to the basic clause: (i) The Contractor shall produce both the first article and the production quantity at the same facility. 7.6 Waiver of First Article Sample: The Government reserves the right to waive the requirement to furnish the first article sample as described in Section 8.5 above. The COTR will submit to the Contractor a notification writing stating whether or not this requirement is waived.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFQ-13-0308/listing.html)
 
Place of Performance
Address: Bureau of Engraving and Printing, 14th & C street S.W, Washington, District of Columbia, 20228, United States
Zip Code: 20228
 
Record
SN02934968-W 20121122/121120234944-5376e1de99e6aba1104e06e31b0e684b (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.