This requirement is under NAICS code 333293. Only qualified Offerors may submit responses.
The Government anticipates awarding a Firm Fixed-Price Purchase Order.
II. STATEMENT OF NEED: The Bureau of Engraving and Printing has a requirement for the purchase of the following press parts;
2M033084 Blade Bar complete 2ND blade wiper tank blade L6955602 108-149 wiper unit Quantity: 1 each
2E026190-Digital display BDT 84-450 LCD 24V (999999) SP DWG L0312904-004 DLRG ID# L0842508 repair part for new cope press I-10 Super Numerota 212 and Super Simultan and Super Orlof Press Quantity: 5 each
2E026317-Speed controller L0052904 type Bauer part# SR-A-S-230-004 holder L0053587 type phoenix part #SKBI64/H15-MKDS3 repair part for new cope press I-10 and Super Numerota 212 Quantity: 3 each
2E029050-Switch Proximity balluff BES516-356-S4C 0-3. 2MM 10-30VDC PNP KBA part #L0752957 for use on SOI Quantity: 12 each
2E026286-Digital Display contraves DIS LED UB 22-30V awert 99999 in: BCD-Code high 1//2 =11VDC L0053566 ZAC15-100PD repair part for new cope press Quantity: 5 each
2E026553-Board Circuit BDT 200-170-030 24VDC 0.6A 110-250VAC SP DWG# L0312904-178 DLRG ID# L0055053 repair part for I-10 press Quantity: 3 each
Delivery To: Washington D C
III. INSTRUCTIONS: Interested parties shall provide a response in accordance with the below instructions. Response shall be provided on company letterhead, reference BEP-RFQ-12-0005 and submitted to the attention of Rosa Lee, Lead Purchasing Agent. Offerors shall provide as part of their response the following;
1. Proposed pricing for the items 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.
V: DUE DATE: Responses are due no later than 1:30 P.M. Eastern Time, October 19, 2011 Responses will be accepted either via fax at 202-874-2200 or by e-mail sent to [email protected].
V. EVALUATION & AWARD: Award will be made to the lowest technically acceptable offer.
VI. TERMS AND CONDITIONS:
6.1 Provisions & Clauses: The following provisions and clauses are incorporated by reference and apply to this acquisition: 52.212-1 Instruction to Offers Commercial Items; 52.212-3 Offeror Representatives and Certifications and Certifications - Commercial Items; 52.211-17 Delivery & 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; 52.247-34 F.O.B. Destination. The following clauses cited in 52.212-5 above are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-36 Affirmative Action for workers with Disabilities; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1, Buy American Act-Supplies; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232.33 Payment by Electronic Funds Transfer-Central Contractor Registration. The full text of these provisions and clauses may be accessed electronically at: http://acquisition.gov/far.