Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2009 FBO #2805
SOLICITATION NOTICE

36 -- Intaglio Test Press - Solicitation Attachments

Notice Date
7/30/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333293 — Printing Machinery and Equipment 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
rfq-09-0078
 
Point of Contact
Donald I Baron, Phone: (202)874-3143, David J. Mork, Phone: (202) 874-9177
 
E-Mail Address
Donald.Baron@bep.treas.gov, david.mork@bep.treas.gov
(Donald.Baron@bep.treas.gov, david.mork@bep.treas.gov)
 
Small Business Set-Aside
N/A
 
Description
Rigging and Elevator Information Commercial Terms and Conditions Proposal Evaluation Criteria Statement of Need The Bureau of Engraving and Printing (BEP) is issuing this Request for Quotation (RFQ) for a Intaglio Test Press (ITP) that incorporates selective and/or simultaneous use of three (3) indirect inking units and one (1) direct inking unit that will produce printed images with reasonable likeness of print quality and appearance to the United States currency presently produced on the BEP direct/indirect intaglio production presses. The printing requirements are enclosed in Attachment A- Statement of Need. Based on FAR Part 12, the BEP intends to issue a fixed price order for this press including all elements of a turnkey installation including all ancillary equipment, delivery including rigging, installation and training. The proposed equipment should be commercially available. Offerors must submit 1 signed original and 2 copies of their proposals with one electronic copy on CD to Donald Baron, Contract Specialist, Bureau of Engraving and Printing, Office of Acquisitions, Room 705-A, 14th and C Sts. SW., Washington, DC 20228 by close of business on September 3, 2009. All pricing will be contained in the Attached SF 1449 It is strongly recommended that all offerors attend the site visit to be held at 10:00 AM on Friday August 7, 2009 at the BEP facility at 14th and C Sts. SW., Washington, DC 20228. It is suggested that you arrive 30 minutes early in order to clear Security. Attendees must register via e-mail to donald.baron@bep.treas.gov no later than 12 noon on Thursday, August 6, 2009. All offerors must have an active Non-Disclosure Agreement (NDA) on file with the BEP. If not on record, call or e-mail Donald Baron at 202-874-3143, or donald.baron@bep.treas.gov, for the form and instructions. BASIS FOR CONTRACT AWARD The BEP intends to select the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The offeror's proposal must conform to all solicitation requirements including the completion of Attachment B, FAR 52.212 Representations and Certifications to be considered for award. In evaluating and selecting offerors for award, the Government may award the contract to a higher-rated, higher-priced offeror where the decision is consistent with the evaluation factors contained in the RFQ. The Government intends to award one prime contract under this solicitation. However, the Government reserves the right to award no contract at all, depending on the quality of the proposals submitted, availability of funds and stability of requirements. 1. NON-PRICE EVALUATION FACTORS The non-price factors that will be used to evaluate offeror proposals are listed below. The non-price factors, when combined, are significantly more important than the price factor. They are listed in descending order of importance. The relative order of importance of the non-price factors are as follows: The Technical Approach factor is more important than the Management Approach factor. The Management Approach factor is more important than Past Performance Factor. As part of the assessment of the non-price factors, the Government will evaluate proposal confidence. Proposal confidence considers the level of confidence the government has in the offeror's proposed approach to achieve contract cost, schedule and performance objectives. List of Attachments: Attachment A Statement of Need Attachment B FAR 52.212 Terms and Conditions Attachment C Evaluation Criteria. Attachment D Elevator Specifications and Special Rigging Instructions Attachment E SF 1449
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/rfq-09-0078/listing.html)
 
Place of Performance
Address: Bureau of Engraving and Printing, 14th and C Sts SW, Washington, District of Columbia, 20228, United States
Zip Code: 20228
 
Record
SN01893432-W 20090801/090731000108-0284eade938417e97b890d19a22e5a66 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.