Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2013 FBO #4201
SOLICITATION NOTICE

36 -- Computer-to-Plate (CTP) system - SF 1449 - OEHS Requirements - Statement of Need - Subcontracting Plan

Notice Date
5/24/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral 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-13-0346
 
Archive Date
7/10/2013
 
Point of Contact
Brian Petchel, Phone: 2028741981, Thomas O'Linn, Phone: (202)874-3238
 
E-Mail Address
brian.petchel@bep.gov, thomas.olinn@bep.gov
(brian.petchel@bep.gov, thomas.olinn@bep.gov)
 
Small Business Set-Aside
N/A
 
Description
Subcontracting Plan Statement of Need OEHS Requirements SF 1449 I. OVERVIEW: This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Parts 12.6 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The document # is BEP-RFQ-13-0346 and this is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 including amendments effective April 1, 2013. This requirement is issued on an unrestricted competition basis under NAICS code 334118. Only qualified Quoters may submit responses. The Government anticipates awarding one (1) Firm Fixed-Price Purchase Order. II. STATEMENT OF NEED: The BEP's objective is to purchase one (1) Computer-to-Plate (CTP) system for production of wet-offset plates at the Eastern Currency Facility in Washington, DC. Refer to the attached Statement of Need 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 Quoter, the date, and the solicitation number to the extent practicable. A Quoter's overall response shall consist of four (4) parts, individually entitled as stated below. Failure to furnish a full and complete quote as instructed may result in the Quoter's response being considered unacceptable, therefore eliminated from further consideration and award. Overall, Quotes shall be provided on company letterhead, reference BEP-RFQ-13-0346 and submitted to the attention of Brian Petchel, 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 equipment and services as described in Section II above shall be broken down as follows: i. Pricing for the CTP system including cost of shipping/delivery and installation and acceptance testing; ii. Pricing for training broken down by Labor and travel expense (e.g. flight, car and per diem), and iii. Pricing for proposed consumables required for CTP system startup, installation, and production for a production period of six (6) months iv. Pricing for the proposed maintenance/support services b. Payment discount terms; c. In addition, unless available via SAM (i.e. www.sam.gov) Quoters 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; and d. Other RFQ fill-ins: Quoterss shall complete, as applicable, all other solicitation pages requiring fill-in with the Quoter's proposed fill-ins inserted in the appropriate spaces (e.g. Section VIII below). 2. Part II - Technical Approach: No cost/price information is to be included in this Part. a. Proposed CTP system: This subpart shall include the following; i. Technical information: Detailed technical literature along with necessary description that demonstrate and describes how the proposed CTP system meets the characteristics described in Attachment A as well as provide all other details about the proposed solution. ii. Warranty Info: Description of the warranty to be provided with the proposed CTP system. iii. Delivery date: The proposed delivery date of the proposed CTP system after receipt of award. b. Proposed Training Approach: A detailed discussion of the Quoter's proposed approach for performing training on the proposed CTP system. c. Proposed Maintenance/Support Service Approach: A discussion of the Quoter's proposed approach(es) for performance of maintenance/support services and specific maintenance requirements of the proposed CTP system. 3. Part III - Past Performance: No cost/price information is to be included in this Part. Past Performance information shall include the following: a. 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. Quoters 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: i. Name of Customer ii. Contract Number or other identification number iii. Contract Type iv. Total Contract Value v. Contract Period of Performance vi. 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. vii. Point of Contact with correct/current telephone number The Quoter may provide information on problems encountered on the contract(s) and corrective actions taken to resolve those problems. This Part shall not exceed three (3) pages in length. 4. Part IV - Small Business Subcontracting Plan - Applicable to Large Businesses only: FAR clause 52.219-9 with (Alt II) requires Offerors to submit a subcontracting plan with their quote. An Offeror must propose an acceptable small business subcontracting plan in order to be eligible for contract award. This requirement does not apply to small business or small disadvantaged business Offerors. Attachment 2 is provided as an outline that meets the minimal requirements of Public Law 95-507 and the FAR Subpart 19.7. This outline is not intended to replace any existing corporate master plan, which is more extensive. Assistance is available for locating small and small disadvantaged business sources by contacting BEP's Small Business Specialist. For contact information, please send an inquiry to the Contract Specialist in accordance with Section VI below. IV. QUESTION DEADLINE: All questions are to be submitted either electronically or via facsimile to the attention of both the point of contact(s) listed in this Notice no later than Noon Eastern Time June 4, 2013. V. DUE DATE: Quotes are to be submitted to the attention of both of the Point of contact(s) listed in this Notice. Quotes are due no later than Noon Eastern Time, June 25, 2013. Quotes will be accepted either via fax at 202-874-2200 or by e-mail. Quoters are responsible for confirming receipt of their quotes. The Quoter agrees that its quote is valid one hundred eighty days (180) days after the close date of the solicitation. VI. POINT OF CONTACT: The primary point of contact for this solicitation is Brian Petchel, Contract Specialist who can be reached via telephone at 202-874-1981, via e-mail at brian.petchel@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. VII. EVALUATION & AWARD: 7.1 Evaluation: BEP will review quotes received for responsiveness in adherence to the solicitation requirements. Quotes must provide all of the items described in Section III above. BEP reserves the right to reject any quote that is determined not to be responsive to the terms of the solicitation. Once the review of responsiveness is completed, quotes will be evaluated according to the evaluation criteria and process set forth below. 7.1.1 Part I - Pricing: The Government will evaluate the fairness and reasonableness of the Quoter's proposed pricing in response to providing the pricing information requested in Section III.1 above. This evaluation can include, but not be limited to; a comparison of quotes received or other price analysis method outlined in FAR Subpart 13.106-3(a)(2). Excessively high or low pricing may be considered unreasonable and may receive no further consideration. 7.1.2 Part II - Technical Approach: Evaluation of Part II will be a subjective assessment based on a consideration of all relevant facts and circumstances regarding the information requested in Section III. Part 2 above and submitted by the Quoter. The following describes the rating methodology to be used for the Technical evaluation factor: Rating System - Part II Rating Description Exceptional Technical Approach exceeds BEP's requirements with multiple strengths and no weaknesses and presents a low risk. Good Technical Approach meets and in some areas exceeds BEP's requirements with a number of strengths and no major weaknesses and presents a low risk. Acceptable Technical Approach meets the BEP's requirements with no major weaknesses, includes a number of strengths and presents a Low to Medium risk. Marginal Technical Approach does not meet some of BEP's requirements with a number of weaknesses and some strengths, if any, and presents a Medium to High risk. Unacceptable Technical Approach fails to meet BEP's requirements with multiple weaknesses and no strengths and presents a High risk. 7.1.3 Part III - Past Performance: Evaluation of Part III will be a subjective assessment based on a consideration of all relevant facts and circumstances. BEP will consider the depth, breadth, and relevance of an Quoter's experience in relation to the Quoter providing equipment, supplies and services that are similar in size, level of complexity, and/or scope as described in this solicitation. This includes consideration of the following: Quoter's ability to consistently conform to specifications and standards of good workmanship; for adherence to contract schedules and deliverables; for reasonable and cooperative behavior; timely delivery and commitment to customer satisfaction. The Government reserves the right to contact references as well as use any additional information it obtains/ has. The following describes the rating methodology to be used for the Past Performance evaluation factor: Rating System - Volume III Rating Description ACCEPTABLE Demonstrates experience in providing the equipment, supplies and services that are similar in size, level of complexity, and/or scope as described in this solicitation UNACCEPTABLE Does not demonstrate experience in providing the equipment, supplies and services that are similar in size, level of complexity, and/or scope as described in this solicitation NEUTRAL Lack of relevant past performance indicating neither a favorable nor unfavorable evaluation. 7.1.4 Part IV - Small Business Subcontracting Plan (Applies to Large businesses only): As applicable, the Small Business Subcontracting Plan will be evaluated against the requirements set forth in Section III.4 above and rated as Acceptable or Unacceptable. 7.2 Basis of Award: The Government will award a purchase order resulting from this solicitation to the responsible quoter whose quote 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, Pricing, Small Business Subcontracting Plan and Past Performance. Technical, Past Performance and Small Business Subcontracting Plan, when combined, are significantly more important than Pricing. 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 quote. The Government reserves the right to make an award without discussions. VIII. PROVISIONS & OTHER: 8.1 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 (Sept 2007); 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation (May 2011); 52.209-5 Certification Regarding Responsibility Matters (Apr 2010); 52.209-7 Information Regarding Responsibility Matters (Feb 2012); 52.212-1 Instruction to Offers Commercial Items (Feb 2012); 52.212-3 Offeror Representatives and Certifications and Certifications - Commercial Items (Dec 2012); 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products (Feb 2001); 52.222-25 Affirmative Action Compliance (Apr 1984); 52.222-38 Compliance with Veterans' Employment Reporting Requirements (Sept 2010); 52.225-2 Buy American Act Certificate (Feb 2009); 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Dec 2012); and 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998). The full text of these provisions may be accessed electronically at: http://acquisition.gov/far. 8.2 Other: 8.2.1 Authorized Negotiators: The Quoter represents that the following persons are authorized to negotiate on its behalf with the Government in connection with this request for quote: _______________________________________________________ _______________________________________________________ _______________________________________________________ (list names, titles, and telephone numbers of the authorized negotiators). 8.2.2 Duplication of Cost: The Contractor represents and certifies that any charges contemplated and included in his price or cost quote are not duplicative of any charges against any other Government contract, subcontract, or other Government source. 8.2.3 Conflict of Interest Certification: The Quoter hereby certifies that: 8.2.3.1 The Quoter 0 is, 0 is not, a former BEP regular or special employee whose BEP employment terminated within one year prior to submission of this quote. 8.2.3.2 The Quoter 0 does, 0 does not, employ a former BEP regular or special employee whose BEP employment terminated within one year prior to submission of this quote and who will be involved directly or indirectly in the management, administration, or performance of any contract resulting from this quote. 8.2.3.3 The Quoter 0 will, 0 will not, employ as a consultant on any contract resulting from this quote a former regular or special BEP employee whose BEP employment terminated within one year prior to submission of this quote. 8.2.3.4 A former BEP employee whose BEP employment terminated within one year prior to submission of this quote or such employee's spouse or minor child 0 does, 0 does not, hold a controlling interest in the Quoter firm. 8.2.4 Contact for Administration: For use in the event your firm receives a contract as a result of this solicitation, please designate below the person(s) whom the Government may contact, during the period of the contract, for prompt action on matters pertaining to your administration of the contract. Authorized Administrator: Name _____________________ Address ___________________________ Title ____________________ Telephone no _____________________ 8.2.5 DTAR Provision 1052.219-73 Department of The Treasury Mentor-Protégé Program (Jun 2003): 8.2.5.1 Large and small businesses are encouraged to participate in the Department of the Treasury Mentor-Protégé Program. Mentor firms provide small business protégés with developmental assistance to enhance their capabilities and ability to obtain federal contracts. 8.2.5.2 Mentor firms are large prime contractors or eligible small businesses capable of providing developmental assistance. Protégé firms are small businesses as defined in 13 CFR parts 121, 124, and 126. 8.2.5.3 Developmental assistance includes technical, managerial, financial, and other mutually beneficial assistance to aid protégé. Contractors interested in participating in the Program are encouraged to contact the Department of the Treasury Office of Small and Disadvantaged Business Utilization for further information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFQ-13-0346/listing.html)
 
Record
SN03071915-W 20130526/130524234538-0a268d1507997fc01e79b6133863ca6f (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.