Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2011 FBO #3665
SOLICITATION NOTICE

36 -- Air Scrubber to be used in BEP's Ink Mill - Attachment 1 - Statement of Work - Pricing Matrix - Attachment 2

Notice Date
12/5/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333411 — Air Purification 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
BEP-RFQ-12-0020
 
Archive Date
1/28/2012
 
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
OEHS Requirements Pricing shall follow the format in attached pricing matrix and shall include the cost of delivery/shipping. Statement of Work Drawings - Penthouse HVAC Plan 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; proposals are being requested and a written solicitation will not be issued. This requirement is also a 100% small business set-aside. The document # is BEP-RFQ-12-0020 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 issued on an unrestricted basis under NAICS code 333411. 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 requirement for the removal, demolition and proper disposal off of BEP's premises of the existing Ink Mill scrubber and for the delivery, installation, commissioning, and placement into operation a new Ink Mill scrubber in a timely manner. Refer to the attached Statement of Work for specific details. III. INSTRUCTIONS: To aid in evaluation, quotes shall be clearly and concisely written as well as being neat, indexed as appropriate and logically assembled. All pages of each part shall be appropriately numbered, and identified with the name of the offeror, the date, and the solicitation number to the extent practicable. Quotes are to be formatted using the following applications: Microsoft Word and Excel. An Offeror's overall response shall consist of three (3) Parts, individually entitled as stated below. Failure to furnish a full and complete offer as instructed may result in the Offeror's response being considered unacceptable, therefore eliminated from further consideration and award. Overall, Quotes shall be provided on company letterhead, reference BEP-RFQ-12-0020 and submitted to the attention of Casey Meng, Contract Specialist and be broken down into the below Parts and include the following, but not limited to information: 1. Part I - Pricing: a. Proposed pricing for the item and services listed in Section II above. Pricing shall follow the format in attached pricing matrix and shall include the cost of delivery/shipping; b. Payment discount terms; and c. 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. 2. Part II - Technical: No cost/price information is to be included with this Part. a. Existing Ink Mill services: The Offeror's proposed approach regarding how the Offeror will remove, demolish and properly dispose off of BEP's premises the existing Ink Mill scrubber; b. New Ink Mill services: The Offeror's proposed approach regarding how the Offeror deliver, install, commission, and place into operation a new Ink Mill scrubber in a timely manner; i. The Offeror should provide the name of the third-party that will be used to test the new Ink Mill scrubber to ensure it meets all requirements. c. Proposed equipment information: This technical information regarding the proposed new Ink Mill scrubber shall provide sufficient detail regarding the salient physical, functional, or performance characteristics of the equipment; d. Delivery date: The Offeror shall state the delivery date of the new Ink Mill scrubber after receipt of award; and e. Exceptions to the terms and conditions: If an offeror takes exception to any of the terms and conditions of the solicitation the offeror must clearly state in their proposal any exceptions taken. Exceptions shall identify the term or condition, state the reasons for the exception, and provide any other information concerning the exception(s). Omission of any exceptions will be construed as the Offeror's acceptance of all solicitation terms and conditions. 3. Part III - Past Performance: No cost/price information is to be included with this Part. Past Performance information shall include a list of no more than three (3) contracts or subcontracts, similar in labor mix, level of complexity, and scope as described in the solicitation, completed or in process, during the past three (3) years. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments, foreign governments and commercial customers. Offerors that are newly formed entities without prior contracts should list contracts as required above for all team members. Include the following information for each contract: a. Name of Customer b. Contract Number or other identification number c. Contract Type d. Total Contract Value e. Contract Period of Performance f. Description of product provided and related services performed in support of the Contract. Include as much detail as need to demonstrate the contract being similar in labor mix, level of complexity, and scope as described in the solicitation. g. Point of Contact with correct/current telephone number The offeror may provide information on problems encountered on the contract(s) and corrective actions taken to resolve those problems. The Government reserves the right to contact these references as well as use any additional information it obtains. This section shall not exceed four (4) pages in length. IV. SITE VISIT: 1. It is strongly recommended that all offerors attend the site visit which is to be held at the following date, time and location: Date: December 20, 2011 Time: 10 a.m. Central Time Location: Bureau of Engraving and Printing Western Currency Facility 9000 Blue Mound Road Fort Worth, TX 76134 2. Offerors attending the site visit shall submit a written or email request including the names of and title of individuals attending to the Contract Specialist listed in Section VII. below no later than 1:00 p.m. Eastern Time on December 16, 2011. Offerors are asked to limit the number of attendees for their company to three (3) individuals. 2.1 Failure to provide this information in the stated timeframe above will prohibit the Offeror from attending the site visit. Due to BEP security policy, no accommodations will be made for such failure in the instance of the Offeror being unable to attend on the time and date scheduled. 3. The site visit is estimated to last no more than two (2) hours. 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 site operation and maintenance. 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 Section VII. below. Parking is available. 4. Site Visit attendees will be allowed to bring tape measures and other material necessary to observe clearances and confirm dimensions of areas intended for installation. No photography is allowed. 5. 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. 6. 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 solicitation. It is strongly recommended that all offerors attend the site visit to be held at 10:00 AM Central Time on Tuesday, December 20, 2012 at the WCF. It is suggested that you arrive 30 minutes early in order to clear security. Attendees must register via e-mail to casey.meng@bep.gov no later than 10:00 AM Eastern Time on Friday, Dec 16, 2011. 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 2:00 P.M. Eastern Time January 3, 2012. VI. DUE DATE: Quotes are due no later than 1:00 P.M. Eastern Time Friday, January 13, 2012 will be accepted either via fax at 202-874-2200 or by e-mail to the attention of the Contract Specialist listed in Section VII. below. VII. POINT OF CONTACT: The primary point of contact for this solicitation is Casey Meng, Contract Specialist who can be reached via telephone at 202-874-9763, via e-mail at casey.meng@bep.gov or via fax at (202)-874-2200. VIII. EVALUATION & AWARD: Evaluation shall be in accordance with FAR provision 52.212-2 EVALUATION COMMERCIAL ITEMS. 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 factors considered. The factors used to evaluate offers shall be Technical, Past Performance, and Price. Technical and Past Performance when combined are more important than 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 Government reserves the right to award to other than the lowest offer. IX. PROVISIONS: The following provisions are incorporated by reference and apply to this solicitation: 52.212-1 Instruction to Offers Commercial Items; 52.212-3 Offeror Representatives and Certifications and Certifications - Commercial Items; 52.225-2 Buy America Certificate; 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certificate; 52.232-31, Invitation to Propose Financing Terms; 52.237-1 Site Visit; 52.247-5 Familiarization with Conditions. The full text of these provisions and clauses may be accessed electronically at: http://acquisition.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFQ-12-0020/listing.html)
 
Record
SN02633560-W 20111207/111205234358-9cd4a55f1060cf98d1660d547a26d33c (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.