Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2011 FBO #3585
MODIFICATION

70 -- HD Motion Picture Film Scanner

Notice Date
9/16/2011
 
Notice Type
Modification/Amendment
 
NAICS
519120 — Libraries and Archives
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-11-Q-0060
 
Point of Contact
James D Watson, Phone: 301-837-3160
 
E-Mail Address
james.watson@nara.gov
(james.watson@nara.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; firm-fixed price quotations are being requested, and a written solicitation will not be issued. The solicitation number is NAMA-11-Q-0060 and is issued as a Request for Quotation (RFQ). This is a Request for Quote and quotations are not offers. This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52, effective August 4, 2011. This is an unrestricted acquisition, subject to Full and Open Competition under NAICS 519120, Film Archives. EVALUATION: The resulting purchase order will be a firm-fixed-price purchase order and will be issued to the Contractor whose conforming quotation in response to the RFQ will be most advantageous to the Government. The Government reserves the right to issue multiple purchase orders or to award on the initial quote without discussions. Evaluation and award will be in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items in conjunction with the procedures of FAR Subpart 13.106, Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation and in accordance with the guidance at FAR 12.301(c)(2). Accordingly, best value for this procurement will be obtained through a lowest price technically acceptable evaluation. In order to facilitate a comprehensive Government evaluation, Contractors are required to submit in Volume I: (1) itemized technical specifications that address each enumerated requirement of RFQ Enclosure 3, Salient Characteristics; (2) a completed RFQ Enclosure 2, Required Quote Information; (3) a completed RFQ Enclosure 5, Government Product/Service Accessibility Template (GPAT); (4) proof from the OEM manufacturer, in writing, of its status as an authorized/certified OEM Contractor of the manufactured items; and in Volume II pricing in accordance with RFQ Enclosure 1, Schedule of Prices [Note: For evaluation purposes, the firm-fixed price for each CLIN will be determined by multiplying the Unit Price by the Quantity of units, and the total fixed price will be determined by summing the firm-fixed price of all CLINs, to include the option CLINs to be exercised at time of contract award. Contractors must provide pricing for each CLIN, including any option CLINs.]. Failure to submit any of the required information and documentation with the quotation may result in rejection of the quotation. BACKGROUND: The National Archives and Records Administration's (NARA) Information Digitization Services (IDS) has a requirement to purchase a production-level High-Definition (HD) motion picture film scanner that is able to accommodate a wide range of archival film in NARA's holdings. The scanner should be able to handle 16 millimeter and 35 millimeter film, a certain measure of shrunken film (up to 1% or more for 16mm film and 1.5% or more for 35mm film), and able to accommodate optical and magnetic sound. The main purpose of this unit will be to create mezzanine class and reference/online deliverables for researcher access. IDS also requires: two hours of onsite training on the use of the motion picture film scanner for five staff members; a user manual in hardcopy, disc form, or on USB device; and schematics in hardcopy, disc form, or on USB device. REQUIREMENTS: Contractors must submit their pricing in accordance with RFQ Enclosure 1, Schedule of Prices. Note: All prices must be in U.S. Dollars. NARA requires that all products are purchased from Original Equipment Manufacturer (OEM) authorized/certified Contractors only. Specific equipment requirements and specifications are contained in Enclosure 3, Salient Characteristics. DELIVERY: F.O.B. Destination pricing is requested for each CLIN, and all delivery costs must be included in the total firm-fixed price. See Enclosure 1, Schedule of Prices. Packaging must be in a manner that prevents damage to the equipment during shipment. Delivery must be completed between 9 AM and 5 PM, Monday through Friday, within 45 days of award, unless mutually agreed upon in writing by the Contracting Officer's Representative (COR) and the Contractor. Ship To Address: 3301 Metzerott Road, College Park, Maryland 20740-6001. Mark For Information provided in 52.212-4 Addenda. Subsequent installation and training at this location shall occur at a mutually agreeable time for the Government and Contractor, but no later than 30 days after award, unless agreed to by the parties in writing. AFFIRMATION STATEMENTS: Contractors must confirm in their quote that all products meet the Energy Star or Federal Energy Management Program (FEMP) energy use requirements. Items quoted must be IPv6 compliant, as indicated. Section 508 Program Need: Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for the following program need: "Multifunction Machines." Section 508 Deliverable Requirements: Technical standards from 36 CFR part 1194 Subpart B have been determined to apply to this acquisition. Solicitation respondents must describe how its quoted Electronic and Information Technology (EIT) deliverables meet at least those technical provisions identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Functional performance criteria from 36 CFR part 1194 Subpart C have been determined to apply to this acquisition. Solicitation respondents must describe how its quoted Electronic and Information Technology (EIT) deliverables meet at least those functional performance criteria identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Information, documentation, and support requirements from 36 CFR part 1194 Subpart D have been determined to apply to this acquisition. Solicitation respondents must describe how the information, documentation, and support quoted for Multifunction Machine deliverables meet at least those information, documentation, and support requirements identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Section 508 Evaluation Factors: Responses to this solicitation will only be considered for award after it has been determined that the quotation adequately addresses the requirements for Section 508. Only quotations which contain adequate information to document responsiveness to the Section 508 requirements (e.g., a completed GPAT, VPAT or equivalent and supporting documentation) will be eligible for any additional merit consideration. Section 508 Acceptance Criteria: Scanners delivered as a result of this solicitation will be accepted based in part on satisfaction of identified Section 508 requirements for accessibility. Scanners delivered must include a completed GPAT, a sample of which is included as a part of this solicitation. Contractors must complete and return RFQ Enclosure 2, Required Quote Information and RFQ Enclosure 5, Government Product/Service Accessibility Template (GPAT). It is the Contractor's responsibility to ensure that NARA is not provided either counterfeit or gray market products. Proof of authorization and equipment support from the OEM, including verification that all OEM products are certified authentic, must be in the form of a letter signed by an authorized official of the OEM of the product being quoted and must be included as part of the quotation package. In the event that such IT products are determined to be counterfeit or gray market, NARA will seek all available legal remedies including criminal prosecution. Counterfeit information technology product means any item of information technology (IT), including hardware and software that is an unauthorized copy, replica, or substitute. A gray market item is an item produced by an original equipment manufacturer (OEM) that was not intended for sale in the USA; as a result, manufacturers will not honor associated warranties and service agreements. Unless the Contractor is authorized by the manufacturer to resell in the USA the particular items quoted, it is in both the Contractor's and the Government's best interest that the Contractor simply not respond. NARA will verify with the manufacturers immediately upon order issuance that the Contractor is an authorized reseller for this buy. Any issues with the information provided by the manufacturer to the Government about the gray market status of the items must be addressed by the Contractor to the manufacturer. The Government will immediately cancel any order based on a quotation of gray market items. In an effort to further ensure NARA is receiving new, manufacturer-approved OEM items and eligible for the benefits of any warranties or other manufacturer guarantees, NARA requires each Contractor to submit with its quotation proof from the OEM manufacturer, in writing, of its status as an authorized/certified OEM Contractor of the manufactured items. QUESTIONS: Questions regarding this RFQ must be submitted in writing to Mr. James Watson no later than 4:00 PM ET on September 9, 2011 to be considered. Questions submitted in any other manner will not be answered. The Government will answer questions or requests for clarification via a written RFQ amendment. RFQ CLOSE DATE: Quotations should be received by 2:00 PM ET on September 20, 2011. Failure to submit quotations by the due date may result in rejection of the quotation as untimely. Contractors submitting quotations via e-mail are cautioned to allow one extra business day for delivery and confirm receipt of quotation as the e-mail will need to pass through IT security. Telephonic responses will not be processed. QUOTATION SUBMISSION INSTRUCTIONS: Contractors may either mail three (3) hardcopies and one (1) CD of each quotation (Volume I and Volume II) or email one (1) copy of the quotation (Volume I and Volume II-submit separate files for each volume). Mailed quotations must be sent to National Archives and Records Administration (NARA), Attention: Mr. James Watson (NAMA-11-Q-0060), 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001. Emailed quotations must be sent to: james.watson@nara.gov and include NAMA-11-Q-0060 in the subject line. The objective of this acquisition is to acquire a production-level high-definition motion picture film scanner to create reference/online deliverables for researcher access. See attached documents for full solicitation information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-11-Q-0060/listing.html)
 
Place of Performance
Address: 3301 Metzerott Road, College Park, Maryland, 20740-6001, United States
Zip Code: 20740-6001
 
Record
SN02581221-W 20110918/110917001135-6e788f39c469236859fc2106224566d7 (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.