Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SOLICITATION NOTICE

35 -- Tour Mate Equipment, supplies & other services - BEP-RFQ-12-0293

Notice Date
9/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video 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-12-0293
 
Archive Date
9/25/2012
 
Point of Contact
Yvette Anderson, Phone: 202-874-3151, Thomas O'Linn, Phone: (202)874-3238
 
E-Mail Address
yvette.anderson@bep.gov, thomas.olinn@bep.treas.gov
(yvette.anderson@bep.gov, thomas.olinn@bep.treas.gov)
 
Small Business Set-Aside
N/A
 
Description
SON & Justification 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-12-0293 and this is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 including amendments effective August 27, 2012. This requirement is being set-aside as a Total Small Businesses set aside under NAICS code 334310. Only qualified Offerors may submit responses. The Government anticipates awarding a Firm Fixed-Price Purchase Order. II. REQUIREMENT: The Contractor shall provide shall all labor, travel, parts, materials, transportation, equipment, tools, training, supplies, management and supervision and all other items and services necessary to supply the equipment and supplies as well as perform the services as described below. The equipment, supplies and services will be utilized at BEP's Tour and Visitor Center located at Fort Worth, Texas. See the attached Statement of Need for further details on this requirement. 2.1Equipment*: The Contractor shall provide the following Tour-Mate brand name equipment: a) One-hundred (120) Tour-Mate brand name tour wands; b) Three (3) Tour-Mate brand name charging stations; and c) One (1) Tour-Mate brand name wand cart. *See attached Brand justification for support why BEP requires only this brand name of equipment. 2.2 Supplies: The Contractor shall provide the following Tour-Mate brand name supplies: a) Twenty (20) cases of Tour-Mate brand wand wipes (i.e. 12 tubs per case containing 160 wipes each). Five (5) cases are to be shipped to the WCF to the attention of the COR every six (6) months, until all twenty cases are supplied; b) Two (2) cases of Tour-Mate brand premixed cleaning solution (i.e. twelve (12) 16oz. bottles per case); and c) Four thousand (4,000) Tour-Mate brand headphone disposable paper covers. 2.3 Services: The Contractor shall perform the following services: 2.3.1 Translation of the current English tour wand spiel (non audio-described) into a Spanish script (Microsoft Word format), voice over of the script in Spanish to create an MP3 file, and upload services for the resulting file to the three-hundred twenty (320) Tour-Mate tour wands. For purposes of uploading the file, the Contractor shall use Tour-Mate's edit capability software installed on BEP's dedicated tour wand laptop. 2.3.2 Voice over of a new tour stop (Large Examining Printing Equipment aka LEPE) to be edited into the existing English tour spiel MP3 (non audio-described) utilizing the original male narrator to maintain consistency in the recording. Minor editing of the prior tour stop (Cash-Pack) will require the original female narrator to make the edit seamless. After the voice over is performed, the modified MP3 file shall be uploaded by the Contractor to the three hundred twenty (320) Tour-Mate tour wands. For purposes of uploading the file, the Contractor shall use Tour-Mate's edit capability software installed on BEP's dedicated tour wand laptop. 2.3.2.1 It is necessary to secure the original talent, in order to seamlessly "match" the update to the English tour wand spiel (non audio-described) and be consistent across the board with the other spiels providing a consistent message to all visitors. 2.3.3 Voice over of the English audio-described tour spiel script in English (to be received from an third-party audio description vendor in Microsoft Word format) to create an MP3 file, and upload services for the resulting file to the three hundred twenty (320) Tour-Mate tour wands. For purposes of uploading the file, the Contractor shall use Tour-Mate's edit capability software installed on BEP's dedicated tour wand laptop. 2.3.4 Translation of the current English tour wand spiel (non audio-described) into foreign language scripts (Microsoft Word format) for the following languages: Chinese, French, Portuguese, Japanese, and German. These translations require that the information be translated in the same style and context as the English, English audio-described and Spanish tour spiels for one consistent, universal message regardless of the language or delivery method. These scripts will be utilized by BEP at a later date for voiceover and upload to the tour wands; 2.3.5 Edit capability training session - This training session shall be conducted by the Contractor at the time of the hardware installation (i.e. tour wands and charging stations). The purpose of the training is to refresh designated individuals (e.g. BEP employees and WCF visitor center contractors) knowledge of utilizing the Tour-Mate edit capability software and on processing tour segments. The revised English tour recording plus the newly recorded English audio-described and Spanish tour spiels would be uploaded to the 320 wands at this time. 2.3.5.1 The COR will provide the Contractor the list of the names of the individuals who are to be trained. 2.3.6 Phone Patch - The Contractor shall provide a phone patch to enable the COR to listen in on the recording sessions at the studio for the voiceover of the following three (3) spiels: the LEPE segment for English non audio-described tour wand spiel, English audio-described tour wand spiel, and Spanish tour wand spiel). Altogether, the COR wants to be able to ensure quality and uniformity of the information and pronunciation of Bureau-specific terminology. 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. An Offeror's overall quote 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 quote being considered unacceptable, therefore eliminated from further consideration and award. Overall, Quotes shall be provided on company letterhead, reference BEP-RFQ-12-0293 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 and Other: a. Proposed pricing for the equipment, supplies and services listed in Section II above. Pricing shall include the cost of delivery/shipping, where applicable; b. Prompt payment discount terms. c. In addition, unless available via SAM (i.e. www.sam.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 With exception to c. this Part shall not exceed three (3) pages in length. 2. Part II Technical: No cost/price information is to be included with this Part a. Equipment i. Delivery date after receipt of award; ii. Warranty info iii. b. Supplies i. Delivery date after receipt of award; ii. Warranty info c. Services i. Proposed technical approach for performance of the services, including details discussing the dates when services will be completed, any subcontractors that will be used, name of the project manager that will be assigned. An Offeror can include a project timeline. d. Exceptions to solicitation terms and conditions, if applicable: The completion and submission of the items listed in herein will constitute an offer and will indicate the Offeror's unconditional assent to the terms and conditions in the solicitation and in any attachments hereto. If an Offeror takes exception to any of the terms and conditions of the solicitation the Offeror must clearly state in this Part of their quote any exceptions taken. Omission of such a statement will be construed as the Offeror's acceptance of all solicitation terms and conditions. Altogether, if an Offeror takes exception to any of the terms and conditions of the solicitation they must do the following;(i) identify the term or condition of the solicitation for which they take exception to; (ii) state the reason(s) for the exception; (iii) an explanation of any benefits to the Government; and (iv) provide any other information concerning the exception(s). Altogether, exceptions must contain sufficient amplification and justification to permit evaluation. Offerors are cautioned that their quote may be determined unacceptable if the offeror takes exception to any term or condition. 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 three (3) pages in length. IV. DUE DATE: Quotes are due no later than 2:30 P.M. Eastern Time, September 10, 2012 will be accepted either via fax at 202-874-2200 or by e-mail. Quotes are to be submitted to the attention of both of the Point of contact(s) listed in this Notice. Offerors are responsible for confirming receipt of their quotes. V. POINT OF CONTACT: The primary point of contact for this solicitation is Yvette Anderson, Contract Specialist who can be reached via telephone at 202-874-3151, via e-mail at casey.meng@bep.gov or via fax at (202)-874-2200. The Secondary point of contact for this solicitation is Thomas O'Linn, Contracting Officer who can be reached via telephone at 202-874-3238, via e-mail at thomas.olinn@bep.gov or via fax at (202)-874-2200. VI. 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) VII. TERMS AND CONDITIONS: 7.1 Provisions: The following provisions are incorporated by reference and apply to this solicitation: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions; 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation; 52.209-5, Certification Regarding Responsibility Matters; 52.212-1 Instruction to Offers Commercial Items; 52.212-3 Offeror Representatives and Certifications and Certifications - Commercial Items; 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products; 52.222-25 Affirmative Action Compliance; 52.222-38 Compliance with Veterans' Employment Reporting Requirements; 52.225-2 Buy American Act Certificate; 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 52.252-1 Solicitation Provisions Incorporated by Reference. The full text of these provisions may be accessed electronically at: http://acquisition.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFQ-12-0293/listing.html)
 
Record
SN02866721-W 20120906/120905000554-7fa6b2045ee1b606035845989b5fb2e4 (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.