SOLICITATION NOTICE
41 -- Steam Humidifier - Attachments
- Notice Date
- 6/11/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335311
— Power, Distribution, and Specialty Transformer 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-13-0349
- Archive Date
- 6/28/2013
- Point of Contact
- Abiola Akinmutimi, Phone: 202-874-0709, Yvette Anderson, Phone: 202-874-3151
- E-Mail Address
-
abiola.akinmutimi@bep.gov, yvette.anderson@bep.gov
(abiola.akinmutimi@bep.gov, yvette.anderson@bep.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Quote Workshet Statement of Work Humidifier Specification I. STATEMENT OF NEED: The Bureau of Engraving and Printing (BEP) Eastern Currency Facility (ECF) located in Washington, DC has a requirement to purchase Electric to Steam Humidifiers. Refer to the attached Humidifier_spec_1 document for specification. The Contractor must provide three (3) visits to BEP, Washington, DC for units' start-up. BEP anticipates awarding one (1) Firm-Fixed price Purchase Order in response to this solicitation. II. 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 shall be appropriately numbered, and identified with the name of the offeror, the date, and the solicitation number to the extent practicable. Overall, quotes shall be provided on company letterhead, reference BEP-RFQ-13-0349 and submitted to the attention of the Contract Specialist listed in Section III 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 in the quantities listed in Section II above. Pricing shall include the cost of delivery/shipping; b. Proposed prompt payment discount terms. 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. If proposing an ‘or equal' item include the manufacturer, manufacturer part number, vendor part number (if applicable) and item description b. Delivery Date: Delivery date after receipt of award; III. POINT OF CONTACT: The primary point of contact for this solicitation is Ms. 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 Mrs. Yvette Anderson, who can be reached via telephone at 202-874-3151, via e-mail at Yvette.Anderson@bep.gov IV. EVALUATION & AWARD: Lowest price technically acceptable. V. AGENCY SPECIFIC TERMS AND CONDITIONS: 5.1 Clauses: The following clauses are incorporated by reference and apply to this acquisition: 52.211-17 Delivery of Excess Quantities (Sept 1989); 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 full text of these provisions and clauses may be accessed electronically at: http://acquisition.gov/far. 5.2 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. 5.3 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. 5.4 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) 5.5 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. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFQ-13-0349/listing.html)
- Place of Performance
- Address: BEP, Washington, District of Columbia, 20228, United States
- Zip Code: 20228
- Zip Code: 20228
- Record
- SN03086408-W 20130613/130611235704-f1f46720949cd665b29a091849528321 (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 |