Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2007 FBO #1875
SOLICITATION NOTICE

36 -- Chemistry Free Computer to Plate System

Notice Date
1/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SV0020-07
 
Response Due
1/25/2007
 
Archive Date
2/9/2007
 
Description
This is a combined synopsis/solicitation for Commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in the notice. This announcement constitutes the only solicitation being requested. This solicitation is issued as a Request for Quote (RFQ). The quote number for this solicitation is SV0020-07. The RFQ document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2005-15. The North American Industry Classification System (NAICS) 334119. UNICOR, Federal Prison Industries, Inc., (FCI Sandstone, MN) intends to enter into a definite delivery/quantity firm-fixed price type contract for the following item: LINE ITEM 0001, CHEMISTRY FREE CTP (COMPUTER TO PLATE SYSTEM) PLATE SIZE CAPABILITY: 10" X 15" UP TO 30 5/16" X 40 1/2". RESOLUTION: ABLE TO REACH 2400 DPI PROCESSING OF PLATES SHOULD BE A CHEMICAL FREE PROCESS. THE PLATE EMULSION SHOULD NOT TRANSFER FROM PLATE TO PAPER ON PRESS. THE SYSTEM MUST BE A POSTSCRIPT BASE SYSTEM TO HANDLE INDUSTRY STANDARD FILES. RIP SOFTWARE MUST BE ABLE TO COMMUNICATE WITH MAC OS X, COLOR TRAPPING, AND IMPOSE EIGHT PAGE 8 1/2" X 11" FILES. SHOULD INCLUDE PROOFING SYSTEM EQUIVALENT TO EPSON 9800. SYSTEM MUST INCLUDE THE COMPLETE INSTALLATION OF THE EQUIPMENT AT THE SANDSTONE PRINT FACTORY AND TRAINING WITH SYSTEM SHOULD BE A MINIMUM OF FIVE (5) DAYS AT THE SANDSTONE UNICOR PRINT FACTORY. ONE YEAR WARRANTY FOR PARTS AND LABOR INCLUDED. QUANTITY ONE (1) EACH. SPECIAL NOTE: The vendor who is awarded this contract must have local service availability for maintenance, repair, and warranty work. They must be able to respond either the same day or within 24 hours for warranty service calls and able to provide part replacement with minimal delivery delays to eliminate production down time. VENDOR IS REQUIRED TO SPECIFY THE ORIGIN OF THE PRODUCT PROVIDED IN THIS REQUIREMENT. Certificates of Conformance must accompany the shipment. Required delivery will be thirty (30) to forty-five (45) after award of contract. Delivery will be FOB destination to Federal Correctional Institutional, Federal Prison Industries, 565 E. Renfroe Road, Talladega, AL 35160. All shipments should be labeled as follows: vendor name, purchase order number and/or contract number, item description, item quantity with weight, and a certificate of conformance. DELIVERY TIMES: 8:00 a.m. to 10:00 a.m. and 12:30 p.m. to 2:45 p.m., EXCEPT FEDERAL HOLIDAYS. NO COD?S, (THE GOVERNMENT DOES NOT ACCEPT COD DELIVERIES). JAR 2852.270-70, Contracting Officer?s Technical Representative, applies. The COTR for the contract will be Mark Gustafson. All invoices shall be forwarded to: Centralized Accounts Payable (CAP). Your invoice must reference the purchase delivery order number and a four-letter plant code designation should be incorporated in the mailing address to: Centralized Accounts Payable (SSPR), P.O. Box 4000, Butner, NC 27509-4000. FAR Clause 52.204-4 Printed or Copied Doubled-Sided on Recycled Paper (Aug 2000) and FAR 52.204-7 Central Contractor Registration (Oct 2003). The following are addenda to FAR Clause 52.212-1 Paragraph: C Period of acceptance of offers; the offeror agrees to hold their quote firm for 60 days from date specified for receipt of offers. Provision 52.212-1, Instructions to Quoters-Commercial Items, applies to this acquisition. FAR provision 52.213-3, Offeror Representations and Certifications-Commercial Items, must be included with your offer. Beginning January 1, 2005, the Federal Acquisition Regulation (FAR) will require the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. The following clauses also apply to this solicitation: FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items PARAGRAPH (d) DISPUTES shall be deleted and replaced with ?DISPUTES? THIS CONTRACT IS NOT SUBJECT TO THE CONTRCT DISPUTES ACTS OF 1978, AS AMENDED (41 U.S.C. 601-613). DISPUTES ARISING UNDER OR RELATING TO THIS CONTRACT SHALL BE RESOLVED IN ACCORDANCE WITH THE CLAUSE AT FAR 52.233-1 DISPUTES (JUL 2002)(DEVIATION). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. Any amendments hereby issued to the solicitation will be synopsized in the same manner as the solicitation and must be acknowledged by each vendor. This is an ?All or None? requirement. FAR 52.212-2, Evaluation-Commercial. The following factors shall be used to evaluate quotes: Past Performance is 50%; price and specification when combined are equal to 50%. The quote conforms to the solicitation and is considered most advantageous to the Government. Vendors will identify previous federal, state, local government and private contracts, which they are currently performing on or have performed on and that are similar in scope to the requirement being evaluated. (List at least three (3) and no more than five (5) contracts for evaluation. References provided shall be for contracts performed within the past three (3) years. All references provided may or may not be used in the evaluation of the contractor?s performance. Each reference must contain the name, address and telephone number of the company or government agency for which the contract was performed as well as a contact person from that company or agency and the contract number if applicable. FAR 52.52.212-1 Instructions to Quoters-Commercial Items (3)(k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Vendor does not become registered in the CCR database in the prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered vendor. Vendors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. IF THE VENDOR IS NOT REGISTERED IN THE CCR AND ORCA DATABASE AS PRESCRIBED BY THE CONTRACTING OFFICER, THE CONTRACTING OFFICER WILL PROCEED TO AWARD TO THE NEXT OTHERWISE SUCCESSFUL REGISTERED VENDOR. VENDOR SHALL SUBMIT WITH THEIR QUOTE A COPY OF THEIR REGISTRATION ALONG WITH THEIR QUOTE. All Vendors MUST be registered in the Contractor Performance System (CPS). To register go to http://cps.od.nih.gov click on the hypertext ?Registration for Existing Contracts? listed under the column labeled ?Contractor Information,? read the information provided on the page and click the hypertext http://cpscontractor.nih.gov/, this will put you on the Login screen of the Contractor Performance System (CPS). On the right hand side of the screen you will see a question ?Registered to the New CPS yet?? Click here to start the process under the word ?BULLETINS.? Click the word ?here? which is in hypertext format. Enter the required information to register. If you have any questions you can contact CPS Support by E-Mail (cps-support-I@list.nih.gov) or call Jo Ann, Paulette or Alex on (301) 451-2771. Taxpayer Identification Number, ACH (electronic payment information) numbers are applicable. This form can be downloaded from our web page http://www.unicor.gov/procurement/proforms.htm. All prospective vendors must download this form and fill out in it entirety. If quote is not submitted with a signed Standard Form SF-1449, submit on Company letterhead with a statement specifying agreement with the terms, conditions and provisions included in this solicitation to ATTN: Chyrel McPherson, Contracting Officer, RFQ Number SV0020-07, fax your offer to (202) 305-2091. All Offers must be received on or before Thursday, January 25, 2007, 2:00 p.m., Eastern Standard Time.
 
Record
SN01210962-W 20070114/070114185935 (fbodaily.com)
 
Source
FedBizOpps 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.