MODIFICATION
W -- High Speed Copiers & associated components including service, support, maintenance, installation & training
- Notice Date
- 7/1/2005
- Notice Type
- Modification
- Contracting Office
- 55 Broadway; Cambridge, MA 02142
- ZIP Code
- 02142-1093
- Solicitation Number
- DTRT57-05-R-20114
- Response Due
- 7/28/2005
- Archive Date
- 9/28/2005
- Point of Contact
- Point of Contact - Michael Attachi, Contracting Officer, 617-494-2136
- E-Mail Address
-
Contracting Officer
(attachi@volpe.dot.gov)
- Description
- This combined synopsis/solicitation is amended to provide the complete notice as follows: This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, 13.5, and Part 15 as supplemented with additional information included in this notice. The applicable NAICS code is 423420 and size standard in number of employees is 100. This solicitation document and incorporated provisions are those in effect through the current FAR which includes Amendments through FAC 2005-04, effective June 08, 2005. Solicitation No. DTRT57-05-R-20114 is issued as a Request for Proposal. This solicitation replaces, in its entirety, cancelled solicitation DTRT57-05-Q-80123 which was issued as a Request for Quote. THIS ANNOUNCEMENT CONS TITUTES THE ONLY SOLICITATION; COMPETITIVE PROPOSALS ARE BEING REQUESTED AND AN ADDITIONAL WRITTEN SOLICITATION WILL NOT BE ISSUED. The John A. Volpe National Transportation Systems Center (Volpe Center), an agency of the United States Department of Transportation (US DOT), supports the modal administrations of the US DOT through the conduct of engineering studies and research and development activities necessary to evaluate and improve transportation safety and performance. The Statement of Work is as follows: 1.1. to purchase new current catalog manufactured high-speed copiers and associated components for the Volpe Center, including service, support, maintenance, installation and standard industry training after setup and installation of copiers, complete and ready for use. The statem ent includes trade-in value and removal from Volpe property of existing copiers identified in the work statement. The purchase shall be a Lease to Own Procurement (LTOP) where equal payments will be made monthly over a period of five years (60 Month LTOP). 1.2. Volpe Center Normal Business Hours: For information purposes only, normal business hours at the Volpe Center are 8:15 AM to 4:45 PM Monday through Friday. 1.3. Access to the Volpe Center: The contractor shall follow all instructions given by the Volpe Center security force while at the Volpe Center (including all buildings). The Government point of contact (to be designated at time of award) shall assist the contractor to gain access to the facilities. 2. Location and Delivery Point: The location of the work is the Volpe Center, 55 Broadway, Cambridge, MA 02142. The delivery point is the Volpe Center, DTS-872, 44 Potter Street, Cambridge, MA 02142. 3. New Copiers: The contractor shall provide the Volpe Center with a total of three new copiers. One copier shall be a heavy duty copier; high volume print center copier and the other two copiers shall have same features as heavy duty copier, high volume print center copier with speed and features for walk up copying. 3.1 High Volume Print Center Copier (CLIN 0001): The Contractor shall provide one high volume copier able to print at least 600 dots per inch (dpi) and 125 lines per inch (lpi). The scanner shall be able to scan at least 300 x 400 dpi. The copier shall be installed in Volpe Center building 4, 1st floor. Any installation cost is to be included in CLIN 0004. The location has direct access to the loading dock at 44 Potter Street. The Contractor shall provide a copier capable of multi-tasking different jobs and able to accomplish simultaneous hardcopy document scanning and printing. The copier shall have a queuing mechanism with separate document repositories for both print and scan jobs. The scanner and document feeder provided shall be able to handle original media sizes between 8.5 inches x 11 inches to 11 inches x 17 inches and material weights of 16 lb bond to 110 lb index. The copier shall be capable of zooming from 25% to 400% of original size and contain a visible indicator for paper and toner levels. The Contractor shall provide the Volpe Center with a heavy-duty copier capable of producing up to 500,000 images monthly and at a print speed of at least 75, 8.5 inches x 11 inches images per minute. The copier shall be able to print to paper sizes 8.5 inches x 11 inches to 11 inches x 17 inches. The copier shall be equipped with both a finisher and an interposer. The copier shall include an interposer for insertion of pre-printed material into documents. The copier shall include a finisher having an offset stacker and a stapler capable of batch copying and collating. The stacker/stapler shall have a total capacity of not less than 3,800 sheets (8.5 inches x 11 inches) and have the capacity to automatically inline staple at least 70 sheets of paper for single/portrait corner, single/landscape corner, and dual/portrait long edge. The capacity of the output tray shall be not less than 450 sheets. Electrical requirements ar e 208/240 volt, 3-phase, 60 hertz and have an auto off (sleep) and low power mode power management. The copier shall be low ozone emission (less than 0.04 mg/m3) and Energy Star compliant. 3.1.1 Network Capability and Network Module for the High Volume Print Center Copier (CLIN 0002). The copier shall include a networking module that is enabled and outfitted with software for connection to the Volpe Center intranet so that documents can be sent to the copier via office personal computers. The contractor shall include 25 site licenses for the copier for the 60 month duration of this contract to send documents to this machine to a secure network mailbox. The copier will have a network connectivity controller supported with Ethernet and Microsoft Windows XP driver. Electrical requirements ar e 208/240V, 3-phase and shall have an auto off and low power mode power management. The copier shall be low ozone emission (less than 0.04 mg/m3) and Energy Star compliant. 3.2 Two High Speed Machines for Walk Up Production Copying (CLIN 0003). The Contractor shall provide two high-speed machines for walk up copying. One copier shall be installed in Volpe Center building 1, 8th floor and the other copier shall be installed in Volpe Center building 1, 3rd floor. Any installation cost is to be included in CLIN 0004. The delivery access is available through the loading dock at 44 Potter Street to the freight elevator in building 1. The scanner and document feeder provided shall be able to handle original mediums sizes between 5.5 inches x 8 inches to 11 inches x 17 inches and material we ights of 16lb bond to 110 lb index. The copiers shall be capable of zooming from 25% to 400% of original size and contain a visible indicator for paper and toner levels. The Contractor shall provide the Volpe Center with two heavy-duty copiers capable of producing up to 50,000 images per monthly and at a print speed of at least 55, 8.5 inches x 11 inches images per minute. The copiers will be able to print to paper sizes 8.5 x 11 to 11 x 17. The copiers provided shall be furnished with a finisher having an offset stacker and a stapler capable of batch copying and collating. The stacker/stapler shall have a total capacity of not less than 1800 sheets (8.5 inches x 11 inches) and have the capacity to automatically inline staple at least 45 sheets of paper. Electrical requirements are 240 volt, 2-pole, 60 hertz and shall have an auto off (sleep) and low power mode power management. The copiers shall be low ozone emission (less than 0.04 mg/m3) and Energy Star compliant. There are no requirements for network options on the two walk up copiers other than the copiers installed shall have the capabilities to be readily convertible for network connection. 3.3. Comprehensive Monthly Maintenance Plan combined for all three copiers (CLIN 0004). Maintenance includes pooled copy allowance of at least 240,000 monthly impressions, all supplies, toner, staples, all parts and labor, except paper. Maintenance also includes 4-hour service response time, equipment replacement guarantee, quarterly reviews, training, delivery and installation. The plan shall apply to all three copiers requir ed in the work statement. 3.4 Trade-in and Removal of Old Copiers (CLIN 0005). The Volpe Center wishes to trade in the following (6) copiers for value and the Contractor shall remove the trade-ins as part of the statement of work: (1) Xerox Model Number: 5855, Xerox Serial Number: C7C082040, X Number: X-10, Tag Number: 98692, Location: 1/8-01C, (2) Xerox Model Number: 5855, Xerox Serial Number: C7CO71463, X Number: X-9, Tag Number: 98690, Location: 4/2/03, (3) Xerox Model Number: 5885, Xerox Serial Number: DVOO02441, X Number: X-7, Tag Number: 98693, Location: 1/8-01C, (4) Xerox Model Number 5885, Xerox Serial Number: DDVOOO1691, X Number X-8, Loan/Lease Tag Number: 82486, Tag Number 98694, Location 1/3/41 , (5) Xerox Model Number: 58001, Xerox Serial Number: IYNO14544, X Number X-11, Ta g Number 98691, Location 4/1/46 and (6) Xerox Model Number: Docutech 135, Xerox Serial Number: WII033055, X Number X-6, Tag Number 93023 (2 IBM Personal computers and 3 display monitors are included in Tag Number 93023), Location 4/1/46, Memory Serial Number 3024AI0174, Tag Number 9869, Display Serial Number 6D84801616, Tag Number 5727, Processor Serial Number FW9473 0 100, Hard Drive Serial Number TK506012, Tag Number 3337, Disk Drive 16102583 Tag Number 5512. Price out requirement for the following CLINS: CLIN 0001 High Volume Print Center Copier: Cost ($/Month) ____________, CLIN 0002 Network Capability and Network Module for the High Volume Print Center Copier: Cost ($/Month) ____________, CLIN 0003 Two High Speed Machines for Walk Up Production: Cost ($/Month) ____________, CLIN 000 4 Comprehensive Monthly Maintenance Plan: Cost ($/Month) ____________, CLIN 0005 Trade In and Removal of Old Copiers ______________. In addition, offeror must provide descriptive literature stating product capabilities and demonstrate that they have the ability to purchase new current catalog manufactured high-speed copiers and associated components for the Volpe Center, including service, support, maintenance, installation and standard industry training after setup and installation of copiers, complete and ready for use. All three copiers must be delivered to the Volpe Center 2 weeks after contract award. Proposals must be received by the following: U.S. Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, Attn: Michael Attachi, Contracting Officer, DTS-853, 55 Broadway, Cambridge, MA 02142 no later than 3:00 P.M. EST on July 28, 2005. No telephone or email requests regarding the combined synopsis/solicitation will be honored. Facsimile and email proposals are NOT permitted and will not be accepted. All proposals must be marked with the solicitation number. The Government will make a single award resulting from this solicitation to the responsive responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government considering price. Proposals that do not conform to the solicitation requirements will be deemed non-responsive and rejected. The Government intends to make one award based upon initial offers without entering into discussions or negotiatio ns; however the Government reserves the right to open discussions. To be eligible to receive an award resulting from this combined synopsis/solicitation, the offeror must be registered in the Central Contractor Registration (CCR) database at http://www.ccr.gov at time of proposal submission. NO EXCEPTIONS. The offeror shall acknowledge any modifications to the subject combined synopsis/solicitation by including a signed copy of each modification in its proposal. Modifications to the solicitation, if any and any other document related to this procurement will be available on the Internet at the Volpe Center website or Fedbizopps. FAR Clause 52.212-1 Instructions to Offerors – Commercial Items (JAN 2005) is hereby incorporated by reference. The Offeror must complete the Offeror Representa tions and Certifications required in FAR 52.212-3 (MAR 2005). If an offeror has completed its Representations and Certifications electronically by using the Online Representations and Certifications Application (ORCA) at website: http://orca.bpn.gov, the offeror must still complete FAR 52.212-3(j). The Offeror is reminded it must provide Certifications and Representations online at least annually via ORCA. FAR Clauses 52.212-4, Contract Terms and Conditions – Commercial Items (OCT 2003) and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (APR 2005) are hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.203-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222- 37, 52.225-13, 52.232-33, 52.232-34, and 52.222-41. FAR Clause 52.233-2 – Service of Protest After Award (AUG 1996) is hereby incorporated into the solicitation: a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from U.S. Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, Attn: Michael Attachi, Contracting Officer, DTS-853, 55 Broadway, Cambridge, MA 02142 and (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. ATTENTION: The following notice is for informational purposes for Minority, Women-owned, and Disadvantaged Business Enterprises. The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. The maximum line of credit is $750,000 with interest at the prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information regarding these programs, call the DOT Office of Small and Disadvantaged Business Utilization at (800) 532-1169 or visit their website at http://osdbuweb.dot.gov/. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (01-JUL-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Volpe Center Acquisition Division home page
(http://www.eps.gov/spg/DOT/RITA/VNTSC/DTRT57-05-R-20114/listing.html)
- Record
- SN00840685-F 20050703/050701211753 (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 |