Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2007 FBO #1952
SOLICITATION NOTICE

70 -- Software Stores Computer Scanning Software and Hardware Upgrade

Notice Date
3/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Acquisition Services Division (9TE), 1301 Clay Street, Suite 280S, Oakland, CA, 94612, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
9T7NJBIC122
 
Response Due
4/6/2007
 
Archive Date
4/21/2007
 
Description
(I) This is a combined synopsis/solicitation for commercial items (scanners, software, and server) prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II) The solicitation for commercial is issued by the U.S. General Services Administration (GSA), Northern California Area Team (NCAT), Federal Acquisition Service (FAS) on behalf of the Department of Defense, Defense Manpower Data Center (DMDC) West, Seaside California. (III) This solicitation number is 9T7NJBIC122 and is used as a Request for Quotes (RFQ). The Government may transmit or post any common questions and answers regarding this solicitation to all interested parties. (IV) Document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-11. (V) This solicitation is issued on an unrestricted basis. (VI) Description of Requirement: hardware and software upgrade for their scanning operations together with post warranty support. 5 years post warranty support for hardware and 3 years for software. Please delineate and provide details for any post warranty support or integration costs. Delineate and estimate reimbursable travel costs in accordance with Joint Travel Regulations. Can provide a sample of scanned forms. Background DMDC DSO currently utilizes Kofax Ascent Capture v5.5 software installed on Microsoft Windows 2000 server with dual Pentium III, 1.4 GHz processors, and 2GB RAM, to scan and process DD Form 1172 and DD Form 1172-2 forms (front-side only) using zonal OCR of box #3 (SSN). The OCR zone may be a hand-written or typed social security number on an original or photocopied form. The DSO also scans other documents such as correspondence, birth certificates, marriage certificates and military orders. Kofax has announced that v5.5 is end-of-life and no longer supported. This requires DMDC to upgrade the Kofax Ascent Capture v5.5 to secure software support from the manufacturer and stay current with industry standards. The scanners currently used are Bell & Howell 8100D, Hardware VRS v1.05, scanners attached to Windows 2000 workstations equipped with the Kofax Adrenaline EH-1700 Video Interface Board and AHRT 3.65. Kofax has announced that AHRT 3.65 and Hardware VRS v1.05 is end-of-life and no longer supported. Objective Provide a single solution upgrading existing scanning hardware (with the exception of the SUN server) and scanning software. The new software solution must be compatible with and installed on Microsoft Windows 2003(R2) Server operating system (minimum technical specs provided below), and support Microsoft Windows XP clients. The scanners and image processing boards must also be upgraded to ensure compatibility with existing infrastructure, VirtualReScan (VRS) functionality. The minimum hardware and software requirements are outlined below: SCANNER CATEGORY TYPE 1 Must handle a minimum of 6,500+ documents scanned per month *Scanning Speed (Letter Size, Binary at 200 dpi) Simplex 67/62ppm Duplex 112/106ppm Scanning Modes Simplex, Duplex and Flatbed Feeder Capacity 200 pages of 17lb paper Document Size Flatbed: 11.7 x 17inches Document Feeder: 11.9 x 25 inches Paper Thickness (Document Feeder) 2.0 to 5.9 mils Paper Weight (Document Feeder) 10.6 to 34lbs Resolution (Binary) 100-600 dpi Image enhancement VRS 4.1 Scanner Weight: Approximately 64lbs Interface USB2.0 Power Requirements AC100 - 120 V 60Hz Power Consumption (while Scanning) AC100 - 120 V 60Hz 1.5A Daily Duty Cycle 10,000 pages SCANNER CATEGORY TYPE 2 Must handle a minimum of 300,000+ scanned documents (DD Form 1172 & 1172-2) per month *Scanning Speed (Letter Size, Binary at 200 dpi) Simplex 140/115 ppm Duplex 280/230 ipm Scanning Modes Simplex, Duplex Feeder Capacity 500-Sheet Mode, 100-Sheet Mode, Manual Mode Document Size 11.7 x 40.0 inches Paper Thickness (Document Feeder) 0.0018 to 0.008 inches Paper Weight (Document Feeder) 9 to 110 lb bond Resolution (Binary) 100-400 dpi Optical: 600 dpi +Image enhancement Onboard VRS, Cropping Deskew, Brightness and Contrast Control Scanner Weight: Approximately 103 lbs Interface 68 pin SCSI III Power Requirements AC120 V 60Hz Power Consumption (while Scanning) AC120V 60Hz 220 W Daily Duty Cycle 60,000 pages *Scanning Speeds reported in Landscape/Portrait format Server ? Dual Core Intel? Xeon? 5150 (2.66GHz, 1333 FSB) Processor ? 2nd processor - Dual Core Intel? Xeon? 5150 (2.66GHz, 1333 FSB) Processor ? 8GB Memory - 8GB Fully Buffered DIMM PC2-5300 4X2GB Memory ? Multimedia drive - DVD+RW 8X drive ? Storage controller - Smart Array P400/512 PCIe Controller ? 1st hard drive - 72GB Hot Plug 2.5 SAS 10,000 rpm Hard Drive ? 2nd hard drive - 72GB Hot Plug 2.5 SAS 10,000 rpm Hard Drive ? 3rd hard drive - 72GB Hot Plug 2.5 SAS 10,000 rpm Hard Drive ? 4th hard drive - 72GB Hot Plug 2.5 SAS 10,000 rpm Hard Drive ? 5th hard drive - 72GB Hot Plug 2.5 SAS 10,000 rpm Hard Drive ? 6th hard drive - 72GB Hot Plug 2.5 SAS 10,000 rpm Hard Drive ? Network Adapter ? Storage controller upgrade - P400 Battery-backed write cache upgrade ? Power supply - 1000-W Hot-Plug Power Supply ? Redundant power supply - 1000-W Redundant Hot-Plug Power Supply (NEMA) ? Redundant fan options - Redundant Hot-Plug Fans ? Network card - Embedded NC373i Multifunction Gigabit ? Server management - Integrated Lights Out 2 (iLO 2) Scanning Software The proposed solution must utilize the current 1.5 million page-count license so that no additional licensing costs are incurred and should not require extensive System Administrator or Operator retraining. Migration from existing Kofax solution to new proposed solution should not exceed 5 business days. Proposed software solution must: ? Allow configurable programming operations in the form of a Distributed Component Object Model (DCOM) interface for document release to in-house developed image repository. ? Distributed Component Object Model (DCOM) interface must be compatible with DMDC provided, custom DCOM Dynamic- link library (DLL) and integrate with in-house developed DMDC Authorization System. ? Integrate with DMDC?s existing in-house developed batch release scripts. ? Provide programming support to in-house developers to assist with integration of in-house developed image repository during both the implementation phase and the preliminary testing phase. ? Provide necessary training and extensive written documentation and tools required for System Administrators to administer, support, and troubleshoot new proposed solution. ? Must have built-in user roles and access control ? Support TIF image format ? Provide easy load of preconfigured system settings to allow for quick software configuration, complete with unique settings, for distribution to other computers throughout Enterprise. ? Provide feature(s) for easy enabling and disabling of system modules. ? Provide production audit and built-in reporting to track and manage business metrics and performance goals, evaluation of user activity, module processing time, and overall productivity. ? Must support single document processing functionality to automatically recognize and separate batch documents at each step in the workflow. ? Must meet Section 508 Compliance of the Rehabilitation Act, as well as meet or exceed other accessibility standards and guidelines as outlined in the Americans with Disabilities Act (ADA). ? System diagnostic tools are desirable. ? Capable of scanning forms (DD1172?s and DD1172-2?s) as well as documents (correspondence, birth certificates, etc.) on all scanners. Vendor(s) must comply with DoD regulations and DMDC policy regarding technicians entering DMDC premises. Non-disclosure forms must be signed before any work has begun and before any forms containing Privacy Act Data are received or viewed. TARGET DATES: Target Date: April 9, 2007 DMDC expects to evaluate the relative feasibility and functionality of vendor recommended systems solutions. The evaluation will include all software, hardware, integration services and or components, maintenance, optional technology. DMDC DSO will provide all responding vendors current document, data, information capture and forms processing Optical Character Recognition (OCR) solutions systems product technical refresh systems product software and hardware design layouts as well as sample forms (see attachments). Target Date: April 16, 2007 - DMDC expects to purchase a solution including hardware, software, any integration and implementation costs, outyear hardware and software support, together with pricing for optional technology . If your company is not already registered, you will need to register at http://IT-solutions.gsa.gov. The registration help desk can be reached at (877) 243-2889 option 2. (VII) The following Federal Acquisition Regulations clauses apply to this solicitation and any subsequent award: (Clause 1) 52.212-1 -- Instruction to Offerors -- Commercial Items. (Jan 2006) is hereby incorporated into this solicitation by reference and the following additional instructions apply: (Clause 2) 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) is hereby incorporated into this solicitation in full text as follows: a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be lowest price technically acceptable. Price (Sub factors; Price and Cost Realism) The Government shall evaluate past performance using the Performance Planning and Reporting Systems (PPRS). (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer; mailed or otherwise, furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (Clause 3) (52.212-3) -- Offeror Representations and Certifications -- Commercial Items (Mar 2005) offeror are reminded to complete on-line representations and certifications at http://orca.bpn.gov prior to the RFQ closing date and before submitting an offer in response to this solicitation. (Clause 4) 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Sept 2005) is incorporated by reference. (Clause 5) 52.212-5 - Contract terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Feb 2006) is hereby incorporated into this solicitation in full text in the attached solicitation additional clauses document and the following paragraphs, (a), (b) 1, 14, 15, 16, 17, 18, 19, 20, 31 apply to this solicitation and any resulting contract. (Other applicable clauses) The following clauses are also applicable to this acquisition and are hereby incorporated into this solicitation by reference: 52.204-7 -- Central Contractor Registration 52.233-3, Protest after Award; 52.243-1, Changes-Fixed Price Alternate 1 (Apr 1984) 52.252-2, Clauses Incorporated by Reference (for a full text version of these clauses, go to www.arnet.gov or http://farsite.hill.af.mil); 252.204-7004 Alt A, Required Central Contractor Registration; 252.232-7003, Electronic Submission of Payment Requests: Other applicable clauses) The following clause is applicable to this acquisition and is hereby incorporated in this solicitation in full text in the attached solicitation additional clauses document. 52.222.22, Previous Contracts and Compliance Reports; (VIII) Closing Date and Time: April 6, 2007, 4:00 p.m. PDT. (IX) Offerors must submit Cost Quotations via email to the Technology Project Advisor by the closing date and time of this solicitation. Please limit attachments to no more then 3MB. (X) If offeror does not have access to email, offeror must mail offer to: Chris Matthews U.S. General Services Administration 450 Golden Gate Avenue, 5th Floor East Tower San Francisco, California 94102 The NCAT Office is located in a secure federal building. If offers are hand delivered, please ensure that any courier is instructed to allow sufficient time for access to the facility. All proposals shall be clearly marked with the RFQ Number 9T7NJBIC122. All offerors are hereby notified that if your proposal is not received by the date/time and at the location specified in this notice announcement, this it will be considered late/non-responsive. (XI) Please direct any questions regarding this solicitation to the Technology Project Manager, Mr. Josh Barrak at josh.barrak@gsa.gov or (408) 842-6223.
 
Place of Performance
Address: Defense Manpower Data Center (DMDC) West, 400 Gigling Road, Seaside, California
Zip Code: 93955-6771
Country: UNITED STATES
 
Record
SN01263382-W 20070401/070330221413 (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.