Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2011 FBO #3413
SOLICITATION NOTICE

53 -- Fasteners - Attachment A

Notice Date
3/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423710 — Hardware 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-11-0216
 
Point of Contact
D'Angela Moore, Phone: (202) 874-3252, Thomas O'Linn, Phone: (202)874-3238
 
E-Mail Address
d'angela.moore@bep.gov, thomas.olinn@bep.treas.gov
(d'angela.moore@bep.gov, thomas.olinn@bep.treas.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment A 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; quotations 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 2005-50 including amendments effective March 16, 2011. The solicitation document number is BEP-RFQ-11-0216. The NAICS code is 423710. Only qualified offerors may submit a response. The Government anticipates awarding a Firm Fixed-Price Purchase Order. II. REQUIREMENT: The BEP is seeking a Contactor who is capable of providing various U Z Engineered Products LLC items or equal items. See Attachment A for a listing of the items needed. III. RESPONSE INFORMATION: Offerors shall provide a written response that is broken down into the following sections; 1. Proposed pricing for the item in the quantity listed in Attachment A. Pricing shall include all costs, including the cost of delivery/shipping; 2. Item description; 3. Delivery date after receipt of award; 4. Prompt payment discount and Payment terms; and 5. 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 the FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Offerors are responsible for ensuring their response includes sufficient details, in a concise and easily understandable manner and is properly formatted to permit an evaluation of their response. Proprietary information shall be clearly marked. Failure to furnish a full and complete offer as instructed above may result in the Offeror's response being considered nonresponsive, therefore eliminated from further consideration and award. IV. RESPONSE DUE DATE: Responses to this solicitation shall be submitted in writing to the attention of the Contract Specialist, Ms. D'Angela Moore no later than 2:00 PM ET April 1, 2011 via e-mail at d'agela.moore@bep.gov or via fax to 202-874-2200. V. EVALUATION & AWARD: The Government will award a Purchase Order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the Lowest Price, Technically Acceptable (LPTA). LPTA means that the award will be made to the offeror whose price is lowest among all proposals that were deemed to be technically acceptable. VI. TERMS AND CONDITIONS: 6.1 Provisions and clauses: The following provisions and clauses are incorporated by reference and apply to this acquisition: 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; 52.247-35 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, Notice of 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); 52.225-1, 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 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-Determined at 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. 6.3 Invoices and Payments: 6.3.1 Invoices shall be submitted electronically through the Internet Payment Platform (IPP). The IPP is a comprehensive payment information service provided at no charge by the U.S. Department of the Treasury's Financial Management Service (FMS). The IPP provides a centralized location to view all transactions in the order-to-pay process, transforming paper-based processes into an electronic process for both the agency and supplier. IPP is the BEP's preferred method of submitting invoices for payment. For contractors who require more information on the IPP program, including enrollment, please contact the support activity using the information below: Internet Payment Platform (IPP) Support (617) 973-3069 IPPgroup@bos.frb.org If your firm is unable to comply with the IPP processing requirements, then the following process shall apply for submission of invoices for payment: Original & 1 Copy To the Paying Office identified in SF 1449 Block 18a 1 Copy To the Designated Point of Contact 6.3.2 Additional Invoice Instructions: Invoices shall be submitted upon completion of each Call, or if multiple Calls occur within a month, at the end of the month. 6.3.3 Payment Instructions: Payment will be based on receipt of a proper invoice and contract performance. An invoice is a "proper invoice" as defined under FAR Clause 52.212-4(g). The Invoice issues, besides IPP technical related issues are to be handled and resolved between the Contractor and the Designated Point of Contact. The Contractor shall direct all questions and resolve all issues concerning invoices with the Designated Point of Contact (or CO if necessary). Contractor shall direct questions regarding payment to the Designated Point of Contact and/or the designated payment office listed above
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFQ-11-0216/listing.html)
 
Place of Performance
Address: Department of the Treasury, Bureau of Engraving and Printing, 14th & C St, SW, Washington DC 20228, Washington, District of Columbia, 20228, United States
Zip Code: 20228
 
Record
SN02411226-W 20110330/110328234735-92dd01b2ce3f9ca12ee88027d32f7ec0 (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.