SOLICITATION NOTICE
36 -- High Speed Counting and Tabbing Equipment
- Notice Date
- 11/23/2005
- Notice Type
- Solicitation Notice
- NAICS
- 333298
— All Other Industrial Machinery Manufacturing
- Contracting Office
- Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Procurement, 14th & C Streets, S.W., Washington, DC, 20228
- ZIP Code
- 20228
- Solicitation Number
- RFQ-06-0121
- Response Due
- 12/9/2005
- Archive Date
- 12/24/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation shall not be issued. Therefore, this synopsis shall serve as a request for quotation, numbered RFQ-06-0121. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05. The North American Industry Classification System (NAICS) code for this acquisition is 333298 and the small business size standard is 500 employees. This procurement is a 100% small business set-aside. Based upon the availability of funds, the government intends to issue a firm fixed priced purchase order for the purchase of two different styles of High Speed Currency Counters for their facility in Fort Worth, TX. The first style requirement is for a U.S. Paper Counter Model Count Wise MBM High Speed Counter or Equivalent. This unit shall have: a 36? x 36? air floatation table; locking base cabinet with steel support wings; six(6)-digit totalizer and batch counter; low batching tape indicator light; and dual jogging plates;. The unit must have a throat height of at least 8 inches. The unit must have a batching capability from three (3) to nine thousand nine hundred ninety nine (9999)sheets. The unit should count at speeds up to twenty five hundred (2500) counts per minute and maintain a ninety-nine percent accuracy rating. Quantity needed is ten (10). The second requirement is for a U.S. Paper Counter Model Max Bantam or Equivalent. This unit shall have: a 15 inch by 18 inch table: six(6) digit totalizer; six (6) digit batch counter; and low batching tape indicator light. The unit must have a throat height of at least six (6) inches. The unit must be capable of batching from five (5) sheets up to nine thousand nine hundred ninety nine (9999)sheets. The unit should count at speeds up to two thousand (2000) counts per minute. Quantity needed is four (4). Both types of counters must use 120 volt power. Both units need to be rated to last at least fifteen (15) years with regular maintenance. Send quotations to donald.baron@BEP.treas.gov. Please indicate FOB destination Bureau of Engraving, Western Currency Facility, Fort Worth, TX 76131 and include delivery schedule on the quote. The following Provisions/Clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration, FAR 52.209-6 Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed Debarment, FAR 52.211-6 Brand Name or Equal, FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-3 Alt I Offeror Representation and Certification-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items; and FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items {which includes: 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212)}; FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52-223-5 Pollution Prevention and Right-to-Know Information, 52.232-33 Payments by Electronic Funds Transfer, Central Contract Registration, 52.233-1 Disputes, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.237-2 Protection of Government Buildings, Equipment and Vegetation, 52.246-1 Contractor Inspection Requirements, 52.247-34 F.O.B. Destination, 52.249-1 Termination For Convenience of the Government (Fixed Price)(Short Form), 52.253-1 Computer Generated Forms, 52.252-1 Solicitation Provisions Incorporated by Reference, farsite.hill.af.mil; 52.252-2 Clauses Incorporated by Reference, farsite.hill.af.mil; 52.252-5 Authorized Deviations in Provisions; 52.252-6 Authorized Successful offeror shall be required to register with Online Representations and Certification Applications www.orca.bpn.gov prior to award of a contract. Quotations are due on December 9, 2005 by 3:00 PM Eastern Standard Time. Firms may fax their quotations to 202-874-2200 or e-mail their responses to Donald.Baron@Bep.Treas.gov. Quotations may also be mailed to the BEP Office of Procurement, Attn: Donald Baron, Room 705, 14?th and C Sts. SW, Washington DC 20228-0001. Telephone quotations will not be honored. All responsible sources may submit an offer upon receipt of the solicitation, and shall be considered by the agency.
- Place of Performance
- Address: Bureau of Engraving and Printing, Western Currency Facility, 9000 Blue Mound Road, Fort Worth, TX
- Zip Code: 76131
- Country: US
- Zip Code: 76131
- Record
- SN00937300-W 20051125/051123212344 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |