Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 7,1996 PSA#1589

Department of Treasury (DY), Bureau of Engraving and Printing, Office of Procurement, 14th & C Sts., S. W., 708-A, Washington, D. C. 20228

68 -- QUICKSET INTAGLIO INK VEHICLE SOL BEP-96-16(N) DUE 052496 POC Contact Jesse Robertson, Contract Specialist, 202/874-3145. The Bureau of Engraving and Printing (BEP) is publishing 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 Request for Proposal (RFP) is identified by No. BEP-96-16(N). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-37. This acquisition is iunrestricted. The contract type will be firm fixed price, idefinite delivery, indefinite quantity (IDIQ). The period of performance will be for a base period of one (1) year. Estimated quantities for the base period, line item 001 is 87,900 lbs (min. qty. 18,107 lbs., max. qty. 90,537 lbs.). This material will be uesed in the manufacture of intaglio inks used for printing U.S. currency notes. The BEP intends to procure, by negotiation, Intaglio Ink Vehicle: Quickset with the following characteristics: Specifications for Quickset Vehicle 1. Non-Volatile content: 100%; 2. Acid number: between five (5) to fifteen (15); 3. Color (Gardner Scale): between 0 to 12; 4. Brookfield Viscosity at 25 degrees centigrade and 20 RPM: between five (5) to fifteen (15) poises; and 5. Iodine Value: between 120 to 150. Barcode Label - Each container shall bear barcode labels in accordance with the ''Specification for Vendor Affixed Barcode Labels for the Bureau of Engraving and Printing, L:VAB-1A.'' In accordance with the specification: Each drum shall be marked in accordance with the categories in Section 3.1.1 of the cited label specification with the information barcoded as follows: 1) vehicle: quickset; 2) P.O.# (purchase order number); 3) part #1I000866; 4) quantity: (net weight of drum contents in pounds); 5) serial/lot# (the manufacturer's lot or batch number); and 6) weight; (net weight of material). The earliest delivery which shall be required is within 10 calendar days after the issuance of the respective contract delivery order. Delivery shall be FOB destination within consignee's premises to the BEP-Lorton Warehouse Facility-9610 Gunston Cove Road-Lorton, Virginia 22079. The FAR provision is 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition and includes the following addenda: All offerors shall submit a 10 pound sample of their material for evaluation to: BEP, Shipping & Receiving, D St., betwen 13th & 14th Sts., S.W., Washington, D. C. 20228. Contractors are required to contact the Receiving Section at least twenty-four (24) hours in advance to schedule all deliveries. The Receiving section may be contacted on it's appointment hot line twenty-four (24) hours a day on (703) 550-7717. FAR clause 52.223-3, Hazardous Material Identification and Material Safety Data, Alt. I, applies. Therefore, offerors are required to submit Material Safety Data Sheets (MSDS) by May 28, 1996. The samples will be used to make batches of BEP currency ink. The FAR provisions at 52.212-2, Evaluations--Commercial Items is applicable and include the following addenda: The ink batches shall be evaluated for the following: 1. Press performance including but not limited to plate wiping, print quality, and printability (40 points); 2. Durability of printed sheets. These are crumple test (adhesion), chemical resistance, and resistance to laundering (40 points). The printed sheets should have a rating of four (4) or higher for crumple and laundry test and no more than three out of nine failures for chemical resistance (40 points); and 3. Printed work should immediately stack up to 10,000 sheets high, without set-off, blocking or any other defects (30 points). Printed sheets shall be capable of processing within 72 hours of printing. The ink shall not cause flaking, dusting or smearing during processing of the printed sheets. In determining which proposal offers the greatest value or advantage to the Government, overall price or cost to the Government will be comparable in importance to overall technical merit. Between substantially equal technical proposals, the proposed evaluated price or cost will become the major factor in selection for award. Between acceptable rating, a determination will be made as to whether the additional technical merit or benefits reflected by a higher priced proposal warrants payment of the additional price or cost. Offerors are advised to include a complete copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to the acquisition and includes the following addenda: Paragraph (a) is hereby modified to identify the constructive acceptance period of 30 calendar days. FAR clauses incorporated by reference are: (i) 52.211-16 --insert in subpara (b) is, ''10 percent increase and 10 decrease''; (ii) 52.211-17; (iii) 52.216-18 --insert in subpara (a) is, ''date of award through 12 months thereafter''; (iv) 52.216-19 --insert in subpara (a) is, ''5,000 lbs'', insert in subpara (b)(1) & (b)(2) is, ''50,000 lbs'', insert in subpara (b)(3), is ''5 days'', and insert in subpara (d) is, ''10 days''; (v) 52.216-22 --insert in subpara (d) is, ''90 days''; and (vi) 52.223-3, Alt. I. Contractors are required to contact the Receiving Section at leats twenty-four (24) hours in advance to schedule all deliveries. The Receiving section may be contacted on it's appointment hot line twenty-four (24) hours a day on (703) 550-7717. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisiton and the following claused cited in the clause are applicalbe to this acquisition; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (41 U.S.C. 423); 52.219-8, Utilization of Small Businee Concerns and Small Disadvantaged Business Concerns (15 U.S.C 637 (d) (2) and (3)); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-3, Buy American Act-Supplies (41 U.S.C. 10); 52.225-18, European Union Sanctions for End Products (E.O. 12849). Material samples need to be submitted in accordance with the terms of this announcement. Offers may be submitted on letterhead stationary and, at a minimum, provide: (1) the solicitation number; (2) the name, address, point of contact and telephone number of the offeror; (3) terms of any express warranty; (4) price and discount terms; (5) ''remit to'' address, if differenct from mailing address; (6) a completed copy of the representations & certifications,; and (7) a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations... or information, or reject the terms and conditions of the solicitation, may be excluded from consideration. Offers are due June 4, 1996, 2 PM local time. Offers shall be mailed to: the Bureau of Engraving and Printing, Office of Procurement, Room 708-A, 14th and C Streets, S. W., Washington, D. C. 20228-0001, Attn: Jesse Robertson, 202-874-3145. All responsible sources may submit an offer which shall be considered by the Agency. (0124)

Loren Data Corp. http://www.ld.com (SYN# 0268 19960506\68-0001.SOL)


68 - Chemicals and Chemical Products Index Page