Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2011 FBO #3653
SOLICITATION NOTICE

66 -- Components manufactured by Keyence Corporation

Notice Date
11/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument 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-12-0027
 
Archive Date
12/15/2011
 
Point of Contact
Casey Meng, Phone: 2028749763
 
E-Mail Address
casey.meng@bep.gov
(casey.meng@bep.gov)
 
Small Business Set-Aside
N/A
 
Description
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 document # is BEP-RFQ-12-0027 and this is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54 including amendments effective November 2, 2011. This requirement is being set aside as a Total Small Business set aside under NAICS code 334516. 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 brand name requirement for the purchase of the following items; 1) CA-CH10 10M Cable CV-H/XG-H (Hi-Speed cameras) Quantity: 1 2) CA-LF27 Protection filter 27.0mm Quantity: 4 3) CA-LF25 Protection filter 25.5mm Quantity: 1 4) XG-8702L Flexible Image Processing System 4k 8k Pixel Controller NPN Quantity: 1 5) XG-EC80 Flexible Image Processing System Area Camera Unit (XG8000) Quantity: 2 6) XG-E800 Flexible Image Processing System camera Expansion Unit (XG8000) Quantity: 1 7) XG-HL04M Flexible Image Processing System 4kPixel Line Scan Monochrome cam Quantity: 1 8) CA-LHW8 C Mount Lens(8mm) for 2k 4k Line Scan Cam Quantity: 1 9) CA-CH5 5M Cable CV-H/XG-H (Hi-Speed cameras) Quantity: 1 10) XG-H035C Flexible Image Processing System Hi-Speed Color camera Quantity: 3 11) CA-LH4 C Mount Lens(4mm) High-Reso, Low distortion Quantity: 1 12) CA-LH12 C Mount Lens(12mm) High-Reso, Low distortion Quantity: 1 13) CA-LH16 C Mount Lens(16mm) High-Reso, Low distortion Quantity: 1 14) CA-LH8 C Mount Lens(8mm) High-Reso, Low distortion Quantity: 3 15) CA-SD4G ULTRA-HI-SPEED VISION SYSTEM SD Memory Card 4G Quantity: 2 16) CA-DC21E LED Illumi-Controller Replaces CA-DC20E Quantity: 1 These items are to be delivered to the following government address (see Section VI.6.2 below for specific delivery information); The Bureau of Engraving and Printing Attention: Lenore Clarke D Street, Between 13th and 14th Streets, S. W. Washington, D. C. 20228-0001 III. INSTRUCTIONS: Interested parties shall provide a response in accordance with the below instructions. All responsible sources may submit a capability statement, proposal, or quotation which will be considered by the agency. Response shall be provided on company letterhead, reference BEP-RFQ-12-0027 and submitted to the attention of Casey Meng, Contract Specialist. Offerors shall provide as part of their response the following; 1. Proposed pricing for the items in the quantities listed in Section II above. Pricing shall include the cost of delivery/shipping; 2. Delivery date after receipt of award; 3. Payment discount terms; and 4. 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 provision 52.212-3, Offeror Representations and Certifications-Commercial Items. IV. Responses are due no later than 3:30 P.M. Eastern Time November 30, 2011 either via fax at 202-874-2200 or by e-mail sent to casey.meng@bep.gov. V. EVALUATION & AWARD: Offerors will be evaluated as lowest price technically acceptable. VI. TERMS AND CONDITIONS: 6.1 Provisions & Clauses: The following provisions and clauses are incorporated by reference and apply to this acquisition: 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; 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 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; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 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); 52.222-35 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. 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: Lenore Clarke 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 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFQ-12-0027/listing.html)
 
Record
SN02628795-W 20111125/111123234546-c164e8ba7a7d658ca9660f57cc30ea12 (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.