SOLICITATION NOTICE
52 -- Automated Precision Gauging Device - SON - Excel Spreadsheet
- Notice Date
- 8/31/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device 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-10-0408
- Archive Date
- 10/7/2010
- Point of Contact
- Richard Hutchinson, Phone: (202)874-0693
- E-Mail Address
-
Richard.Hutchinson@bep.treas.gov
(Richard.Hutchinson@bep.treas.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Excel Spreadsheet SON 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; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 including amendments effective August 2, 2010. The solicitation document number is RFQ-10-0408. This requirement is under NAICS code 334519. Only qualified Offerors may submit a response. The anticipated contract type is a firm fixed price purchase order with options. II. REQUIREMENT: The BEP requires a Contractor to provide: (i) two (2) automated precision gauging devices (PGD) and two (2) partial systems, which entails all components of a fully functional PGD except for the vacuum pump (if required) and the user interface computer hardware; (ii) additional items that may be ordered w/the PGD's and (iii) training. In addition, the BEP reserves the option to purchase up to an additional seven (7) PGDs. PGDs shall meet and/or exceed the functional, performance and physical requirements specified in the attached Statement of Need. Refer to the attached Statement of Need for additional details and terms and conditions. III. RESPONSE INFORMATION: Offerors shall provide a response broken down into three (3) separate volumes: Pricing, Technical Approach and Past Performance and provide the below information requested for each volume. No pricing information shall be in either the Technical Approach or Past Performance volumes. 1. PRICING: The Pricing volume shall be provided as follows; a. An offer letter on company letter head, signed by an official authorized to bind your company. b. A completed Pricing spreadsheet (see attached excel spreadsheet). Offerors shall provide pricing for each CLIN and item listed in the attached spreadsheet. 2. TECHNICAL APPROACH: The Technical Approach volume shall be broken down as follows: a. Offerors' proposed technical approach shall clearly describe and discuss the method in which the offeror plans to meet and/or exceed the functional, performance and physical requirements specified within the attached Statement of Need regarding the provisioning of the PGDs and the Offeror's approach to providing the additional items and for providing training (both on-site and off-site) as well. b. Delivery Terms. The Offeror shall provide information concerning delivery terms of the PGDs. This volume shall not exceed thirty (30) pages. 3. PAST PERFORMANCE INFORMATION: The Past Performance volume shall consist of a list of at least three (3), not to exceed five (5) contracts either performed or currently being performed within the past three (3) years for which the Offeror has provided items that are similar in size, scope and complexity to the BEP's requirement. This volume shall not exceed five (5) pages. Failure to furnish a full and complete offer as instructed above may result in the Offeror's response being considered unacceptable, therefore eliminated from further consideration and award. IV. SITE VISIT: A site visit will be held on the following date and time at the following location: Date: September 9, 2010 Time: 10:30 A.M. Eastern Standard Time Location: Bureau of Engraving and Printing Eastern Currency Facility 14th & C Streets, S.W. Washington, DC 20228 Offerors wanting to attend the site shall submit a written request including the names, title and contact information of the individuals who are to attend to the Contract Specialist listed herein. Site Visit requests are to be submitted no later than 2:00 P.M. Eastern Standard Time (EST) September 7, 2010. Offerors are limited to two (2) attendees. During the site visit, attendees will be accompanied by Government personnel and given a tour of the site where services are to be performed. The Government will provide some general explanations concerning the work. However, no questions will be answered during the site visit. Therefore, it is recommended that individuals attending the site visit bring writing materials in order to write down questions they may have in order to submit them later to the Contract Specialist listed in herein. Individuals attending the site visit shall bring at least one (1) piece of photo identification and arrive at least thirty (30) minutes prior to the site visit start time in order to clear security. The Government will not be obligated to pay for any expenses incurred by the Offeror in connection with attending the site visit or any other aspect of responding to this RFQ. V. QUESTIONS DEADLINE: All questions are to be submitted either electronically or via facsimile to the attention of the Contract Specialist listed herein no later than 12:00 Noon, EST September 14, 2010. VI. RESPONSE DUE DATE: Responses to this solicitation shall be submitted either electronically or via facsimile to the attention of the Contract Specialist listed herein no later than 2:00 P.M. EST September 22, 2010. VII. POINT OF CONTACT: The primary point of contact for this solicitation is Richard Hutchinson, Contract Specialist who can be reached via telephone at 202-874-0693, via e-mail at Richard.Hutchinson@bep.gov or via fax at (202)-874-2200. VIII. EVALUATION & AWARD: 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 non-price factors considered. Offerors will be evaluated on the following non-price factors; technical approach and past performance. The non-priced factors, when combined, are more important when compared to 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 BEP reserves the right to award to other than the lowest offer. IX. PROVISIONS AND CLAUSES: The following provisions and clauses are incorporated by reference and apply to this contract (includes amendments from FAC 2005-43 effective August 2, 2010): 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items with Alternate I; 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items; 52.211-17 Delivery of Excess Quantities; 52.225-2 Buy American Act Certificate; 52.247-35 F.O.B. Destination within Premises Consignee's. The following clauses cited in 52.212-5 above are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-6 Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Rerepresentation; 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 (E.O. 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 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 clauses may be accessed electronically at: http://acquisition.gov/far
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/RFQ-10-0408/listing.html)
- Place of Performance
- Address: 14th C st, Washington, District of Columbia, United States
- Record
- SN02262058-W 20100902/100831235744-8a89d97467d46f2600e466426ef3d585 (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 |