Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 22,1999 PSA#2372

Department of the Treasury, Bureau of Engraving and Printing, Office of Procurement, 14th & C. Streets, S.W., Washington, DC, 20228

36 -- SPECIAL INDUSTRY MACHINERY SOL RFQ-56-00167 DUE 062299 POC David Mork, Contract Specialist, Phone (202) 874-9177, Fax (202) 874-2200, Email david.mork@bep.treas.gov -- Tina McGuire, Manager, Equipment and Services Contracts Division, Phone (202) 874-3142, Fax (202) 874-2200, Email tina.mcguire@bep.treas.gov WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=RFQ-56-00167& LocID=142. E-MAIL: David Mork, david.mork@bep.treas.gov. i) This is a COMBINED SYNOPSIS/REQUEST FOR QUOTE for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. In addition, this acquisition utilizes the procedures contained in FAR Subpart 13.5 and Part 15. (ii) this is a Request for Quote and the number is RFQ56-000167 and is issued as a Request for Quote (RFQ). (iii) This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 97-11. (iv) The Standard Industrial Classification (SIC) code is 3555, with a small business size standard of 500 employees. This procurement is unrestricted and is being advertised as full and open competition. (v) The BEP intends to issue a Firm Fixed-Price, Purchase Order for the following listed items: Item 001, Table top Exposure Unit for Nyloprint plates up to 31.5" (800 mm) by 42.1" (1070 mm), Quantity one each. Item 002, Continuous Flow washer, dryer and post-exposure unit for nyloprint plates up to 33.4" (850 mm) wide, Quantity one each. In addition to the items, the contractor shall provide all labor, material, and equipment necessary to install, set-up, test, and instruct BEP personnel in the proper operation and maintenance of the equipment. Item 003, Registration system to facilitate proper alignment of the photographic image with the printing plate and alignment of the printing plate to the press. BEP may award any or all of the items 001 through 003. (vi) The purpose of this procurement is to provide the required items as listed above in accordance with the attached Statement of Work (SOW). If an offeror is unable to download the attached SOW, please request a copy by fax (202) 874-2200), or E-mail (david.mork@bep.treas.gov). (vii) Delivery shall be made to the Bureau of Engraving and Printing, Annex Building Loading dock, which is located on 'D' Street SW between 13th and 14th Streets SW, Washington, DC 20228. Special Notice: Over the road vehicles having an overall height exceeding 12'6" (3.8 meters) empty, or an overall length in excess of 40' (12.2 meters) CANNOT be accommodated at our receiving platform. All deliveries must be scheduled by appointment only. An appointment must be scheduled by calling the appointment hotline 202/874-2333, which is available 24 hours a day. Deliveries are accepted between 6:30 AM and 2:30 PM weekdays, excluding Federal holidays. Contractors are requested to quote FOB Destination Washington, DC. The Contractor shall provide illustrations of each system component detailing the equipment size and the location of all utility connections and points of exhaust/waste discharge within 30 calendar days after award. Date of delivery of the equipment shall be within 90 calendar days after receipt of purchase order, and shall be transported by the contractor from the loading dock to room 502-23A. The Contractor shall also be responsible for the following: removing the shipping crates and installation debris; setting the equipment in place; overseeing connection of the utilities by BEP personnel; provide any carriers required to process the plates through the equipment; supply instrumentation to measure the exposure elements intensity and the uniformity of illumination across the plate; provide a warranty of all equipment components except consumable items for one (1) year after acceptance; supply six (6) copies of standard documentation with the units outlining operational procedures, troubleshooting and any preventative maintenance required; provide operations training for up to six (6) BEP personnel and maintenance training for up to four (4) personnel; and provide one (1) set of all consumable items. The Contractor shall ensure that the programming of all controllers conforms to IEC 1131-3 and provide CAD versions of all system components and site preparation drawings in either *.dxf or *.dgn format. All materialsfurnished by BEP during Phase 2 of the evaluations shall be returned. Delivery shall occur within 120 calendar days after award. Acceptance of the equipment will be based on a successful Bureau Acceptance Test (BAT) which will occur within 30 calendar days after delivery, installation, and set-up. The BAT shall prove that the equipment has the capability to copy five (5) pre-made plates without error. The BAT shall last approximately two (2) calendar days. In the event that the equipment passes the BAT, written acceptance will be made by the Contracting Officer within 14 calendar days. If the equipment fails to pass the BAT, the contractor shall be notified and a second test will be held. If the equipment fails a second time, it shall be deemed unacceptable and rejected by the BEP. The contractor shall remove the unacceptable equipment within ten calendar days. Training shall be completed by the contractor within 30 calendar days after acceptance. For training, the contractor shall provide 40 BASF Nyloprint WS II 73 W photopolymer plates pre-cut to the following dimensions: 20 plates shall be 755 mm (29.7_) long x 840 mm (33.1_) wide, by 0.73 mm (0.029_) thick and 20 plates shall be 777 mm (30.6_) long x 840 mm (33.1_) wide, by 0.73 mm (0.029_) thick. (ix) Clauses/provisions: Clause 52.212-1 Instructions to Offerors-Commercial Items, is hereby incorporated by reference. The following are addenda to FAR Clause 52.212-1: Paragraph (b)(12) is hereby added: Quotes shall include (1) detailed responses to Exhibits 1 and 2 of this RFQ; (2) a listing of facilities and contact personnel currently using the proposed equipment to manufacture plates for printing securities documents; (3) One (1) copy of the operation and maintenance manuals for the equipment being proposed; (4) a preliminary site preparation plan for the plate making equipment and the registration equipment; (5) a statement indicating which one of the five (5) languages as defined by IEC 1131-3 will be used in programming the machine controllers; (6) a written statement certifying that all equipment complies with all applicable OSHA and NEC regulations or their international equivalents. Specific regulations and their applicable sections shall be identified; 7) a Material Safety Data Sheet for the BASF Nyloprint WS II 73 W photopolymer plate; and (8) the method by which the offeror will demonstrate the accuracy of the proposed registration system. Paragraph (c) Period for acceptance of offers: The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. FAR Clause 52.212-1 (g), Offerors are advised that award may be made without discussions. Award will be made to the responsible offeror whose quote is responsive to the terms of the RFQ and is most advantageous to the Government. (x) FAR provision 52.212-2 Evaluation-Commercial Items applies to this RFQ and the following evaluation criteria (arranged in descending order of importance) shall be used to evaluate offers: Compliance with the SOW, Past history, Overall price, Delivery time. The BEP will evaluation RFQs in two (2) phases. During Phase 1, each RFQ will be evaluated based on the offeror_s past experience, customer satisfaction, the system_s compliance with the specification as described in their response to Exhibits 1 and 2, and the equipment lead time. Each offeror shall submit the names, addresses, phone numbers, and points of contract for three (3) contracts not more than three (3) years old. The BEP reserves the right to contact all parties listed and any additional parties it deems necessary and will use all information available. Those offerors determined to be within the competitive range after Phase 1 may be asked to prepare a set of four (4) BASF Nyloprint WS II 73 W photopolymer plates manufactured on the proposed model of equipment and in accordance with Attachment 2 of the SOW. The images contained on the plates shall be the 482.6 mm (19_) by 635 mm (25_) GATF sheetfed test form that will be provided by the BEP. BEP will also preparethe site in accordance with the contractor_s specifications, supply all utilities, assess fitness of equipment at the manufacturer_s facility and/or at the BEP by comparing the test plates submitted with each offeror_s quote to one produced using the equipment intended for the BEP. BEP will assess compliance with the specifications and retain all materials submitted with each offeror_s quote. (xi) FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items is incorporated by reference (Offerors shall complete and return this provision with their quotation). Please contact David Mork for a copy of Representations and Certifications (to be completed). (xii) FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, hereby applies to this quotation. (xiii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition with the following reference: 52.222-3, 52.233-3, 52.203-6 Alternate I, 52.222-26, 52.222-35, 52.222-36, and 52.222-37. Clauses and certifications may be obtained in full at the following available web site: http://www.arnet.gov/far/. (xvi) Quotations must be received no later than Thursday July 22, 1999, 4:00 p.m. Eastern Time and must be mailed to Department of the Treasury, Bureau of Engraving and Printing, Office of Procurement, Room 705-A, 14th and C Streets, SW Washington, DC 20228-0001, Attention David Mork. (xvii) For information regarding this solicitation contact David Mork in writing or by fax (202) 874-2200 no later than July 08, 1999. Posted 06/18/99 (D-SN344772). (0169)

Loren Data Corp. http://www.ld.com (SYN# 0261 19990622\36-0003.SOL)


36 - Special Industry Machinery Index Page