Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 04, 2013 FBO #4059
SOLICITATION NOTICE

25 -- EMERGENCY POLICE EQUIPMENT - SPECIFICATIONS

Notice Date
1/2/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336320 — Motor Vehicle Electrical and Electronic 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-13-0319
 
Archive Date
1/23/2013
 
Point of Contact
Abiola Akinmutimi, Phone: 202-874-0709, Thomas O'Linn, Phone: (202)874-3238
 
E-Mail Address
abiola.akinmutimi@bep.gov, thomas.olinn@bep.gov
(abiola.akinmutimi@bep.gov, thomas.olinn@bep.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS DOC HAS FOUR TABS- PLEASE REVIEW EACH TAB FOR DETAILED INFORMATION.. 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-13-0319 and this is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-62 including amendments effective November 20, 2012. This requirement is being set-aside as a Total Small Businesses set aside under NAICS code 336322. 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) Eastern Currency Facility (ECF) located in Washington, DC has a requirement to purchase various brand name emergency police vehicle equipment along with installation services for six (6) police vehicles (see Attachment A for a listing of the specific brand name equipment and quantities required). Brand name equipment is manufactured by the following companies (see the attached Brand Justification for the use of the brand name justification for this acquisition); Federal Signal Products Pro-Gard Products Setina Products Public Safety Source Products Jotto Desk Products The Contractor shall install the purchased equipment into the assigned vehicles in a seamless manner in accordance with the original equipment manufacturer's product installation instructions. For logistical purposes, the Contractor shall provide installation services either on site at the BEP's ECF or at a site of the Contractor's designation. However, the Contractor's site must be within a radius of 50 miles from Washington D.C. 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 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 quote being considered unacceptable, therefore eliminated from further consideration and award. Overall, quotes shall be provided on company letterhead, reference BEP-RFQ-13-0310 and submitted to the attention of the Contract Specialist listed in Section IV below and be broken down into the below Parts and include the following, but not limited to information: 1. Part I Pricing & Reps & Certs: a. Proposed pricing for the items and services in the quantities listed in Section II above. Pricing shall include the cost of delivery/shipping; b. Proposed 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. 2. Part II - Technical: No cost/price information is to be included with this Part. The following sub elements are listed in descending order of importance. a. Delivery Date: Delivery date after receipt of award; b. Installation Information: Discussion of the time required to perform installation (can be broken down by vehicle) and details regarding location where installation services are to be performed. i. It is anticipated due to the nature of importance of these vehicles in terms of supporting BEP's mission that not all vehicles will be provided at the same time for installation of this equipment. c. Warranty: Proposed warranty information for the equipment. d. Exceptions: The completion and submission of the items listed in Section III of this solicitation constitutes 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 this solicitation the Offeror must clearly state in this Part of their quote any exceptions taken. Offerors are cautioned that their quote may be determined unacceptable if the Offeror takes exception to any term or condition; thereby excluded from consideration and award. Altogether, if an Offeror takes exception to any of the terms and conditions of the solicitation they must do the following; (i) provide a statement that states the Offeror does take exception to the terms and conditions of the solicitation; (ii) identify the term or condition of the solicitation for which they take exception to; (iii) state the reason(s) for the exception; (iv) an explanation of any benefits to the Government; and (v) provide any other information concerning the exception(s). Altogether, exceptions must contain sufficient amplification and justification to permit evaluation. 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 two (2) pages in length. IV. DUE DATE: Quotes are due no later than 12:00 PM Eastern Time January 08, 2013 and will be accepted either via fax (i.e. 202-874-2200) or by e-mail. Quote are to be submitted to the point of contacts listed in section V below. Offerors are responsible for confirming that their quote was received. V. POINT OF CONTACT: The primary point of contact for this solicitation is Abiola Akinmutimi, Contract Specialist, who can be reached via telephone at 202-874-0709, via e-mail at Abiola.Akinmutimi@bep.gov. The Secondary point of contact is Thomas O'Linn who can be reached via telephone at 202-874-3238, via e-mail at thomas.olinn@bep.gov VI. EVALUATION & AWARD: Evaluation shall be in accordance with FAR provision 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 and price. Technical and past performance, when combined, are slightly more important when combined when compared to 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. (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) The Government reserves the right to make an award without discussions. Also, 52.212-2(b) above does not apply to this requirement since there are no options. VII. TERMS AND CONDITIONS: 7.1 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 (Sept 2007); 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation (May 2011); 52.211-17 Delivery of Excess Quantities (Sept 1989); 52.212-1 Instruction to Offers Commercial Items (Feb 2012); 52.212-3 Offeror Representatives and Certifications and Certifications - Commercial Items (Nov 2012); 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012); 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (Nov 2012); 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products (Feb 2001); 52.222-25 Affirmative Action Compliance (Apr 1984); 52.225-2 Buy American Act Certificate (Feb 2009); 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (Nov 2011); 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION); 52.247-34 F.O.B. Destination (Feb 1991); 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) and 52.252-2 Clauses Incorporated by Reference (Feb 1998). 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; 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. 7.2 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 upon 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. 7.3 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. 7.4 DTAR 1052.201-70 - Contracting Officer's Representative (COR) - Appointment and Authority (AUG 2011) (a) The COR is To-Be-Completed upon award and can be reached at: (b) Performance of work under this contract must be subject to the technical direction of the COTR identified above, or a representative designated in writing. The term "technical direction" includes, without limitation, direction to the contractor that directs or redirects the labor effort, shifts the work between work areas or locations, fills in details and otherwise serves to ensure that tasks outlined in the work statement are accomplished satisfactorily. (c) Technical direction must be within the scope of the specification(s)/work statement. The COTR does not have authority to issue technical direction that: (1) constitutes a change of assignment or additional work outside the specification(s)/work statement; (2) constitutes a change as defined in FAR clause 52.212-4(c); (3) in any manner causes an increase or decrease in the contract price, or the time required for contract performance; (4) changes any of the terms, conditions, or specification(s)/work statement of the contract; (5) interferes with the contractor's right to perform under the terms and conditions of the contract; or (6) directs, supervises or otherwise controls the actions of the contractor's employees. (d) Technical direction may be oral or in writing. The COR shall confirm oral direction in writing within five work days, with a copy to the contracting officer. (e) The contractor shall proceed promptly with performance resulting from the technical direction issued by the COR. If, in the opinion of the contractor, any direction of the COR, or his/her designee, falls within the limitations in (c) above, the contractor shall immediately notify the contracting officer no later than the beginning of the next Government work day. (f) Failure of the contractor and the contracting officer to agree that technical direction is within the scope of the contract shall be subject to the terms of FAR clause 52.212-4(d). (End of clause) 7.5 DTAR 1052.210-70 - Contractor Publicity (AUG 2011): The Contractor, or any entity or representative acting on behalf of the Contractor, shall not refer to the equipment or services furnished pursuant to the provisions of this contract in any news release or commercial advertising, or in connection with any news release or commercial advertising, without first obtaining explicit written consent to do so from the Contracting Officer. Should any reference to such equipment or services appear in any news release or commercial advertising issued by or on behalf of the Contractor without the required consent, the Government shall consider institution of all remedies available under applicable law, including 31 U.S.C. 333, and this contract. Further, any violation of this provision may be considered during the evaluation of past performance in future competitively negotiated acquisitions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFQ-13-0319/listing.html)
 
Place of Performance
Address: 14TH & C STREET, WASHINGTON, District of Columbia, 20228, United States
Zip Code: 20228
 
Record
SN02957620-W 20130104/130102233843-54cf90f55adf42068d2454b99337bfb6 (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.