SOLICITATION NOTICE
R -- DOCUMENT SCANNING
- Notice Date
- 5/16/2007
- Notice Type
- Solicitation Notice
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-07-T-0498
- Response Due
- 5/21/2007
- Archive Date
- 7/20/2007
- Point of Contact
- bkuklinski, 410-278-0883
- E-Mail Address
-
ACA, Aberdeen Proving Ground
(barbara.kuklinski@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. This acquisition is issued as a Request for Quotes (RFQ). THIS SOLICITATION IS A TOTAL SMALL BUSINESS SET ASIDE. The combined synopsis/solicitation number is W91ZLK-07-T-0498. This solicitat ion document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-16. The associated North America Industry Classification System (NAICS) Code is 561110 and the Business Size Standard is $6.5M. The cont ractor shall provide the following: CLIN 0001, QTY 1, Scanning the Technical Information Center (TIC) Documents: The contractor must have the capability to apply Optical Character Recognition (OCR) to each record in order to perform a full text search to retrieve specific documents. A total of 527 boxes, with approximately 3,000 pages per box, shall be picked up from the US Army Environmental Command Records Warehouse, Building E5179, Aberdeen Proving Ground, MD, and taken off-site to be scanned. All doc uments need to be scanned within two months from the start date. Documents shall be prepared for scanning by removing any binding, staples, clips, notebooks, etc. Each document should be saved on a CD-ROM as a full-text searchable PDF. The file name sho uld include the Accession number on the front of the document/report, the Title of the report, the Box number, and Report date (if available). For example: 90568, Installation Assessment for Fort Carson, Box 1, April 2000 (the boxes containing TIC docume nts are numbered sequentially). Cover pages that are located in the front of the binders, should be removed and scanned as the cover page of the document/report. Correspondence or comments that are located in the front pocket of the binder, shall be scan ned after the cover page. Landscape pages shall be turned after they are scanned so that they OCR correctly. Oversized maps or drawings included within the documents/reports shall be unfolded and scanned. Tab sheets within the documents shall be scanned . Color documents, maps, drawings, etc., shall be scanned in color. Each CD shall be labeled with the Box number(s), so that there is a CD associated with each box or boxes of documents making it easy to match the saved files with the hardcopies once the y are returned to the agency. After scanning, the document shall be rebound and placed back in the box it was taken from and all TIC documents and CDs shall be returned to the US Army Environmental Command, Records Warehouse, Bldg E5179, Aberdeen Proving Ground, MD. The following clauses will be incorporated by reference. 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment. 52.212-4 Contract Terms and Conditions Commercial Items , 52.223-11 Ozone-Depleting Substances, 52-247-34 F.O.B. Destination. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government. The government reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and DFARS 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following additional FA R clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 1 0 U. S.C. 2402), FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.219-8, Utilization of Small Business Concerns 15 U.S.C. 637 (d)(2) and (3); FAR 52.219-14 Limitations on Subcontracting (DEC 1996) 15 U. S.C. 637(a)(14); FAR 52.222-19 Child Labor -Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52.222.35 Equal Opportunity for Special Disabled Veterans, Veterans o f the Vietnam Era, and other Eligible Vete rans (DEC 2001) (38 U.S.C. 4212). FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.225-13 Restrictions on Certain Foreign Purchas e, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999). DFAR clause Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Jun 2004 ). The following additional DFAR clauses cited in the clause 252.212-7001 are applicable: 52.203-3 Gratuities,252.225-7001 Buy America and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7015 Preference of Dome stic Hand or Measuring Tools , 252.232-7003 Electronic Submission of Payment Requests (Jan 2004)(10 U.S.C. 2227). The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, http://www.arnet.gov/far, and http://www.dtic.mil/dfars. Responses to this RFQ must be signed, dated, and received via electronic mail or fax May 21, 2007, no later than 10:00 AM EST at the US Army Contracting Agency, SFCA-NR-APC-T, Attn: Barbara Kuklinski, 4118 Susquehanna Avenue, Ab erdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.g ov. For questions concerning this solicitation contact Barbara Kuklinski, Contract Specialist via fax (410)306-3863, or via email barbara.kuklinski@us.army.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAY-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/DABJ/DABJ05/W91ZLK-07-T-0498/listing.html)
- Place of Performance
- Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Country: US
- Zip Code: 21005-3013
- Record
- SN01296317-F 20070518/070516222330 (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 |