Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2007 FBO #2160
SOLICITATION NOTICE

74 -- Combined Synopsis/Solicitation For Copy-Print-Fax-and-Scan Machines

Notice Date
10/24/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Administrative Contract Service Center, 1200 Pennsylvania Avenue, Nw, Washington, DC 20460
 
ZIP Code
20460
 
Solicitation Number
RFQ-DC-08-00013
 
Response Due
11/4/2007
 
Archive Date
12/4/2007
 
Point of Contact
Point of Contact, Ryan Daniels, Purchasing Agent, Phone (202) 564-6476
 
E-Mail Address
Email your questions to U.S. Environmental Protection Agency
(Daniels.Ryan@epamail.epa.gov)
 
Description
NAICS Code: 333315 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and under the authority of FAR 13, 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 solicitation is used under Request for Quote RFQ-DC-08-00013 and includes incorporated provisions and clauses in effect through Federal Acquisition Circular 05-20. The North American Industry Classification System (NAICS) Code for this procurement is 333315 with a Small Business Administration (SBA) size standard of 500 employees. OBJECTIVE: The Criminal Investigation Division has a need to purchase a minimum of 13 multi-function copiers. These machines must be able to copy, print, fax and scan and perform at a high level. The Division's machines are high volume and must be multi-functional to process paperwork in a timely and efficient manner and to facilitate consistency within the Division. DESCRIPTION OF REQUIREMENT. Outlined below are the minimum specifications and needs required by our Division. GENERAL FEATURES: 1000-sheet paper capacity, Paper sizes up to 11" x 17", Standard automatic duplexing, Full finishing options include hole punching, booklet finisher and three position stapling, and Energy-save mode. COPIER FEATURES: 600 dpi resolution copies in 256 levels of grayscale, Minimum 128 MB memory, expandable to 384 MB, Minimum 40 GB Hard Disk Drive, and Copy speed of at least 45 ppm. PRINTER FEATURES: Standard 10Base-T/100Base-TX, USB 2.0 interface, Icon-based print driver interface, Supports PCL5e / 6, and optional genuine Adobe PostScript 3, Document Management from any connected PC via standard web browser, Capability to password-protect print files held in memory, 600 x 600 dpi network printing, and Print speed of at least 45 PPM. SCANNER FEATURES: Scanning speed of at least 50 ipm, Minimum resolution of 200 dpi, Supports industry stand files such as TIFF, TIFF-F, Multipage TIFF, PDF and JPEG, Embedded scan to email, scan to folder, scan-to-URL and scan-to-FTP with no additional hardware or software required, Alternative scanning options for networked users, Black and white network scanning, and Scans max paper size 11" x 17" at 600 dpi with 256 grayscales. FACSIMILE FEATURES: Configured to allow multiple G3 fax lines to support simultaneous fax transmission and reception in high volume environments, Simultaneous document scanning and fax reception, Up to 11" X 17" Faxing, Desktop faxing capability, Internet Fax option, Paperless faxing , and Super G3 33.6 Kbps Modem with auto fallback. SECURITY FEATURES: Restricted access with Windows/LDAP authentication and Removable hard drives. INSTALLATION AND STARTER SUPPLIES TO BE INCLUDED (STAPLES, TONER ETC). SHIPPING: Please include the charge for shipping in any quote provided. The machines will be shipping to 13 different locations. BASIS FOR AWARD: The Government will make award to the responsive, responsible firm, whose quotation is most advantageous to the Government at the lowest price technically acceptable. The provision at FAR 52.212-1 "Instructions to Offerors-Commercial" applies to this acquisition. Offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications - Commercial Items" with their response. The following FAR clauses also apply: 52.212-4 -"Contract Terms and Conditions - Commercial Items", 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items", with the following clauses cited in 52.212-5 being applicable: 52.222-3 "Convict Labor", 52.222-21 "Prohibition of Segregated Facilities", 52.222-26 "Equal Opportunity", 52.222-35 "Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans", 52.222-36 "Affirmative Action for Workers with Disabilities", 52.222-37 "Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans", 52.225-13 "Restrictions on Certain Foreign Purchases", and 52.232-33 "Payment of Electronic Funds Transfer - Central Contractor Registration". The aforementioned provisions and clauses can be accessed electronically at http://acquisition.gov/comp/far/index.html. Prospective sources are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (www.ccr.gov) database with an active DUNS number. QUOTE SUBMISSION INSTRUCTIONS: Offerors shall submit a firm-fixed-price quote, inclusive of all costs, along with the FAR 52.212-3 representations and certifications. Responses are due no later than November 3, 2007 at 3:00 PM EDT and should be submitted via e-mail to daniels.ryan@epa.gov. Offers that do not comply with all the terms stated herein will be excluded from consideration.
 
Record
SN01440389-W 20071026/071024225535 (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.