Federal Bid

Last Updated on 27 Nov 2012 at 9 AM
Combined Synopsis/Solicitation
Location Unknown

Fountain Roller

Solicitation ID BEP-RFQ-13-0302
Posted Date 06 Nov 2012 at 7 PM
Archive Date 27 Nov 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Office Of Acquisition
Agency Department Of Treasury The
Location Andorra

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 unrestricted.

The document # is BEP-RFQ-13-0302 and this is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61 including amendments effective October 15, 2012.

This requirement is an unrestricted buy, under NAICS code 423610. Only qualified Offerors may submit responses. In the case of multiple items being requested on this solicitation, the Contracting Officer reserves the right to issue the resulting purchase order(s) based on an ‘all-or-nothing ‘or a ‘multiple award' basis.

The Government anticipates awarding a Firm Fixed-Price Purchase Order.

II. STATEMENT OF NEED: The Bureau of Engraving and Printing (BEP) has a requirement for the purchase of the following item(s):

1. 2M033085-FOUNTIAN ROLLER DUCTOR DUCT ROLLER L6740443 404-001 INK CARRIAGE SOI WAFI .

Quantity 5

This item(s) shall be delivered to the following government address (see Section VI.6.2 below for specific delivery information);
The Bureau of Engraving and Printing
Attention: To-Be-Determined at award
Western Currency Facility, 9000 Blue Mound Road, Fort Worth, TX

III. INSTRUCTIONS: Interested parties shall provide a response in accordance with the below instructions. Response shall be provided on company letterhead, reference BEP-RFQ-13-0302 and submitted to the attention of Alee Abbas, Contract Specialist. Offerors shall provide as part of their response the following;
1. Proposed pricing for the item listed in Section II above. Pricing shall include the cost of delivery/shipping;
2. Delivery date after receipt of award;
3. Payment discount terms; and
4. In addition, unless available via ORCA (i.e. www.orca.bpn.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.

IV. DUE DATE: Responses are due no later than 4:00 P.M. ET November 12, 2012 and will be accepted either via fax at 202-874-2200 or by e-mail sent to [email protected].

V. EVALUATION & AWARD: Offerors will be evaluated as best value.

VI. INVOICING AND PAYMENT INSTRUCTIONS: Contractors who require more information on the IPP program, including enrollment, can contact the IPP Customer Support Desk at (866) 973-3131 or email [email protected] for assistance. If your company is unable to comply with the IPP processing requirements, then the following process shall apply for submission of invoices for payment:
Invoices shall be submitted in accordance with the alternate invoicing procedure below:
Original & 1 Copy to the Paying Office: Bureau of Engraving and Printing, 14th & C Streets, SW, Attn: OFM - Rm 302-28A, Washington, DC 20228. 1 Copy to the COTR identified in the Order and 1 Copy to the Contracting Officer identified in the Order (If applicable)

VII. FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998): This Agreement incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://www.arnet.gov/far/index.html.

The following provisions and clauses are incorporated by reference and apply to this Purchase Order (includes amendments from FAC 2005-61 effective Oct 15, 2012): 52.202-1 Definitions; 52.204-7 Central Contractor Registration; 52.211-17 Delivery of Excess Quantities; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items; 52.222-50 Combating Trafficking in Persons; 52.223-1 Bio-based Product Certification; 52.223-3 Hazardous Material Identification and Material Safety Data; 52.223-4 Recovered Material Certification; 52.223-7 Notice of Radioactive Materials; 52.223-11 Ozone-Depleting Substances; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.232-11 Extras; 52.232-23 Assignment of Claim; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.243-1 Changes-Fixed Price; 52.247-34 F.O.B. Destination. 52.252-2 Clauses Incorporated by Reference. The full text of these clauses may be accessed electronically at: http://acquisition.gov/far.
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items.
As prescribed in 12.301(b)(4), insert the following clause:
CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (MAR 2012)
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).
___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).
(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
_x_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note).
_x_ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note).
_x_ (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644).
_x_ (23) 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)).
_x_ (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b).
_x_ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513).
_x_ (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d).
_x_ (42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
_x_ (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (End of clause)
17. NA!!
18. Unrestricted.
19. NAICS Code 423610

 

 

 

Bid Protests Not Available

Similar Past Bids

Los angeles California 06 Aug 2020 at 4 AM
Rock hill South carolina 15 Mar 2022 at 7 PM
Scott air force base Illinois 04 Sep 2014 at 10 PM
Amber Oklahoma 07 Aug 2018 at 5 PM
Amber Oklahoma 07 Aug 2018 at 4 PM

Similar Opportunities

Fayetteville North carolina 10 Jul 2025 at 4 AM (estimated)
Dallas Texas 09 Jul 2025 at 1 PM (estimated)
San antonio New mexico 09 Aug 2025 at 3 PM
Washington 28 Jul 2025 at 4 AM