Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2002 FBO #0194
SOLICITATION NOTICE

74 -- PageStamp Machine

Notice Date
6/12/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Justice Management Division, Executive Office for the United States Attorneys-EOUSA, 600 E Street Suite 2400, Washington, DC, 20530
 
ZIP Code
20530
 
Solicitation Number
EOUSA-FMSS-2-006
 
Response Due
6/19/2002
 
Archive Date
7/4/2002
 
Point of Contact
Gail Strickland, Procurement Analyst, Phone 2026166434, Fax 2026166651,
 
E-Mail Address
gail.l.strickland@usdoj.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Request for Quote conducted under Simplified Acquisition Procedures(SAP) FAR Part 13. This announcement constitute the only solicitation; quotes are being requested, and a written solicitation will not be issued. This solicitation is being issued as a Request For Quotation (RFQ) #EOUSA-FMSS-2-006. The provisions and clauses incorporated are those in effect through Federal Acquisition Circular 01-07. This solicitation is 100% Small Business Set-Side,. NAICS code is 333315 and the Business Size Standard is 500 employees. A Firm-Fixed price purchase order will be awarded. The Government has a requirement for a quantity of (1) One- PageStamp, Model# 5760A, a high-speed bates numbering system for processing of litigation documents. Request quote for Brand Name or Equal Product to meet or exceed the following salient characteristics. Requirement: This machine will have the following capabilities: Performance: This machine will perform at a maximum speed of 200 pages per minute and two-sided printing at full rated speed. Document Handling: Maximum input will be unlimited and maximum paper weight must be 110 lbs. Paper Size: paper size 5 x7 to 11 x 17 in.. Printing Capability: Single and/or double-sided printing, one or two line printing, and full alphanumeric capabilities. Printing Colors: Black, Red, Blue, and Green. Numbering Mode: 9-digit numbers with leading zeros, ascending and fixed numbers, bar code enabled (optional), User programmable start number. Prefix: 10 characters and Suffix: 3 characters. Message Length: 40 characters and/or symbols. Font Type: 12-14 point Courier. Printing Resolution: 600 x 300 dpi. Job Management: Stores up to 256 job setups, stores last number used and job interrupt feature. Output Tray Capacity: 750 sheets: Noise Levels: Standby 55 db. and Operating 65 db. Dimensions: Weight: 360 lbs., Length: 48 in. Width: 24 in and Height: 45 in. Power Requirements: 110 Vac/8 amp. Special Features: RS 232 port enables connection to copy control systems for accurate cost recovery. Unless clearly marked that the vendor is quoting on an equal item the offered item will be considered as the brand name product referenced in this announcement. If the vendor proposes to furnish an equal products, the brand name, if any, of the product to be furnished will be inserted on the quote. The governments request a no-cost test phase of equipment with a maximum of sixty days on-site at: U.S. Attorney's Office, 910 Travis, Suite 1500, Houston, TX 77002. During this phase, the government will determine the effectiveness of the operational capabilities. At the conclusion of the test phase, a decision to purchase equipment or cancel the purchase order will be determined . The government is not obligated to purchase equipment after the conclusion of the test phase. Although the government requests a no-cost option for the testing, a quote for a maximum lease period of three months for the testing will be considered. However, the option to cancel the lease at any time is at the discretion of the government. In the summation, the government request a price quote for CLIN 0001- PageStamp #5760A or equal; CLIN 0002 - Test phase of equipment CLIN 0003- Lease period up to three months CLIN 0004- Installation and Train. The evaluation of quotations and the determination as to the equality of the product will be the responsibility of the Government and will be based on information furnished by the vendor. The purchasing activity is not responsible for locating or securing any information which is not identified in the quotation and reasonably available to the purchasing activity. To insure that sufficient information is available,thehe vendor will furnish as part of their quotation all descriptive material (such illustrations, drawings or other information) necessary for the purchasing activity to determine whether the product meets the salient characteristics of the requirement. If the vendor proposes to modify a product so as to make it conform to the requirements of this announcement they will include a clear description of such proposed modifications. A Standard Commercial warranty is required;. FOB-Destination ? U.S. Attorney's Office, 910 Travis, Suite 1500, Houston, TX 77002. The equipment must meet Section 508 of the Rehabilitation Act of 1973, which require electronic and information technology goods and services provide access by person with disabilities. Offerors must submit documentation that support 508 compliant information of proposed equipment with their quote. Length of quote should not exceed five pages. The following FAR clauses and provisions are applicable and can be obtained by use of Internet site; http://www.wrnet.gov/far/. Each offeror will include a copy of each FAR provisions; FAR 52.204-3 Tax Identification Number ; 52-204-6 Contractor Identification Number (DUNS#) ; and 52.219-1 Small Business Representation (April 2002). Clauses can be obtained on the Internet, http://www.arnet.gov/far/ . These clauses are also applicable, 52.211-70 Brand Name or Equal (AUG 1999), FAR provision 13.106-2 Evaluation of quotations or offers ? The Government will award a purchase order to the Offeror whose proposal is the most advantageous and offers the best value to the government, price and other factors considered . The following factors will be used to evaluate offers: (A) Price (B) Technical capability, (C) Past Performance information which will include three of your recent customers within the last three years, whom you have sold the same or similar products to by stating the company name, point of contact, address, and telephone number and meeting all the terms and condition set forth in this solicitation. Quotes should be submitted by courier or hand delivered to: The Department of Justice, Executive Office for the U.S. Attorney, 600 E. Street, Suite 2400, FMSS, Washington D.C. 20530, Attn: Ms. Gail Strickland, no later than 4:00PM (EST) on June 19, 2002. Fax quotes also will be accepted and can be sent to (202)-616-6651. All offers will state "EOUSA-FMSS-2-006" on the outside of the package. Late, proposals will not be accepted. The point of contact for information regarding this RFQ is Ms. Gail Strickland at 202-616-6434. All questions pertaining to this RFQ should be email to: gailL.strickland@usdoj.gov for all responses. The purchase order award will be made by June 28, 2002.
 
Place of Performance
Address: U.S. Attorney's Office, 910 Travis, Suite 1500, Houston TX
Zip Code: 77002
 
Record
SN00092197-W 20020614/020613084127 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.