Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2012 FBO #3892
SOLICITATION NOTICE

79 -- Floor Polisher

Notice Date
7/19/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment 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-12-0270
 
Point of Contact
Yvette Anderson, Phone: 202-874-3151
 
E-Mail Address
yvette.anderson@bep.gov
(yvette.anderson@bep.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
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-12-0270 and this is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 including amendments effective May 18, 2012. This requirement is being set-aside as a Total Small Businesses set aside under NAICS code 423830. Only qualified Offerors may submit responses. The Government anticipates awarding a Firm Fixed-Price Purchase Order. II. REQUIREMENT: The Bureau of Engraving and Printing (BEP) is issuing this RFQ to purchase commercially available floor resurfacing and polishing equipment along with a vacuum and additional supplies that is robust enough to handle the varied requirements BEP's Washington, DC facility. BEP's Washington, DC's facility encompasses over 1,500,000 square feet of production area, administrative support areas, and executive offices. The flooring areas being worked include Marble, Terrazzo, Granite, and Concrete as well as areas requiring either glue or paint removal. Overall, the proposed solution shall be capable of coarse grinding, surface preparation, epoxy/coatings removal, and polishing in accordance with the below general specifications and provide the a vacuum and additional supplies as described below. 1. Floor resurfacing and polishing equipment 1.1 Quantity: 1 1.2 General Specifications: • Mounting System: Fast change system • Motor: Minimum 7.0 hp 208 single phase/ 480 three phase switchable • Weight: 300 lbs minimum • Variable rotational speed • Forward and Reverse direction on grinding heads • Volume: minimum 6.0 gallons • Minimum acceptable average production rate per eight (8) hour day is: Concrete: 2500 ft² Granite: 425 ft² Marble: 800 ft² Terrazzo: 1500 ft² Glue Removal: 1075 ft² Paint Removal: 1600 ft². 2. Supplies and Accessories: 2.1 General: • Directional tools like scrapers for epoxy and glue removal • Availability of optional weights for increased grinding pressure • Necessary tooling for both burnishing and polishing floors 2.2 Floor Grinding Pads: One (1) complete set for each of the following coarseness: 30 grit 60 grit 200 grit 2.3 Wet/Dry Resin Polishing Discs: One (1) complete set for each of the following: 200 grit 400 grit 800 grit 1800 grit 3000 grit 2.4 Milling Tools/Systems: Any special tools designed for quick removal of any coatings like glue or epoxy on concrete floors or flattening of bumpy surfaces will be considered. These tools should be made of solid Polycrystalline diamond (PDC). These should include, but are not limited to: • Two (2) sets (one left and one right) intended for removal of very hard coatings and removal of surface concrete as well as regular glue and coating removal shall be included in the proposal. • Two (2) sets (one left and one right) intended for removal of coatings and adhesive glue and epoxies when less scratching is desired shall be included in the proposal. • Two (2) ets of PCD scrapers 3. Vacuum: 3.1 Quantity: 1 3.2 General: Single-phase 120 volt industrial vacuum with indicators that monitor the performance of the main and HEPA filters. Minimum of a 25 gallon collection capacity. Modular designed for easy modifications, upgrades and servicing. Approved for electrical safety by a Nationally Recognized Testing Laboratory. Able to be equipped with multi-stage filtration, including an optional HEPA filter to capture 99.97% of particulate, down to and including 0.3 microns. Other features include: Manual filter shaker to quickly clean the main filter Easy push/pull transport Accessory storage tray and cable holder Liquid and Solid Level sensors that automatically shut off the machine when maximum capacity is achieved Max amps: 15.8 Waterlift: 71.5 in of water maximum Airflow: Max 270 cfm Sound Level: 71 dB or less Weight: Less than 160 lbs 3.3 Vacuum Accessory Kit: • 25 ft Hose with cuffs • Vacuum Wand • Combo Tool with Brush and Squeegee 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 Microsoft applications: Microsoft Word. 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-12-0270 and submitted to the attention of the Contract Specialist listed herein 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 items in the quantity listed in Section II above. Pricing shall include the cost of delivery/shipping; b. Prompt payment discount terms. 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. Delivery date after receipt of award; b. Technical literature regarding the items being proposed. c. Suggested Spare Parts d. Warranty information. e. Complete description of technical characteristics, capabilities and any other product/system options offered by the vendor listed or not listed in the above requirements i. Literature should include the accessories for grinding, and polishing as well as milling tools required to perform the job. 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. 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. f. 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. DUE DATE: Interested Parties are requested to submit their quotation to the point of contact identified below no later than noon Monday July 30, 2012 to Yvette Anderson, Contract Specialist via e-mail at yvette.anderson@bep.gov or via fax to 202-874-2200. V. EVALUATION & AWARD: 52.212-2 Evaluation-Commercial Items (Jan 1999). (a) 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 following factors shall be used to evaluate offers: Technical Past Performance Price. Technical and past performance when combined are more important when compared to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) VI. TERMS AND CONDITIONS: 6.1 Provisions & Clauses: The following provisions and clauses are incorporated by reference and apply to this acquisition: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions; 52.203-12 Limitation on Payments to Influence Certain Federal Transactions; 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation; 52.209-5, Certification Regarding Responsibility Matters; 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; 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products; 52.222-25 Affirmative Action Compliance; 52.225-2 Buy American Act Certificate; 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 52.247-34 F.O.B. Destination; 52.252-1 Solicitation Provisions Incorporated by Reference and 52.252-2 Clauses Incorporated by Reference. The following clauses cited in FAR Clause 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 Representation; 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; 52.222-36 Affirmative Action for workers with Disabilities; 52.223-18 Encouraging Contractor Policies 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: To-Be-Completed 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 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. 6.4 BEP Designated Point of Contract (POC): Post award the Contractor can coordinate with the following individual; To-Be-Completed at award
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFQ-12-0270/listing.html)
 
Place of Performance
Address: 301 14th St SW, Washington, District of Columbia, 20228, United States
Zip Code: 20228
 
Record
SN02808623-W 20120721/120720000143-617a97e8ee8dd55675f289eb938c35a0 (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.