SOURCES SOUGHT
74 -- Xerox IJP 2000 Large Format Printer with extended capabilities
- Notice Date
- 10/17/2014
- Notice Type
- Sources Sought
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-15-R-XLFP
- Response Due
- 10/28/2014
- Archive Date
- 12/16/2014
- Point of Contact
- Shawn Haubner, 508-233-6167
- E-Mail Address
-
ACC-APG - Natick (SPS)
(shawn.p.haubner.ctr@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This Request for Information (RFI) is released pursuant to FAR Part 15.201(e), Exchanges with Industry, and all interested parties are encouraged to respond. This request is for information purposes only. THIS IS NOT A SOLICITATION: no award will be made as a result of this request. The government will not pay for information and materials received in response to this synopsis and is in no way obligated by the information received. NAICS Code: 334118, Printers, Computer, Manufacturing 1.SCOPE The Tactical Shelters Team at the U.S. Army Natick Soldier Research, Development, and Education Command (NSRDEC) has a requirement to identify commercially available Large Format Printers (LFP) to meet existing requirements. In an effort to address ongoing needs, NSRDEC is seeking information as to whether or not contractors can meet their specific requirements in regards to Large Format Printers (LFP). Currently the Xerox IJP 2000 meets the system requirements, but since the Xerox commercial LFP will be used in a military application, there is a need for additional hardening capabilities in order for the LFP to survive harsh environments. During storage and transport the system will be subjected to temperature ranges from -50 to 160 degrees Fahrenheit, 70 degrees for operation, with relative humidity 0% - 100% for storage and transport and 20% for operation. The LFP shall be subjected to shock and vibration in accordance with MIL-STD-810. The following are some of the additional salient characteristics: (1)Paper width 36 inches or greater. (2)Speed 1500 sq ft per hour. Greater speed desired. (3)Be capable of printing 1000 3' x 10' banners in a 24 hour period with a maximum of 4 hours down time. (4)Be capable of printing 20,000 11 quote mark x 17 quote mark posters in a 24 hour period with a maximum of 4 hours down time. (5)Overall size shall be less than 130 quote mark x 38.5 quote mark x 80 quote mark (L x W x H) (6)Resolution shall be 1400 x 1400 dpi or greater. (7)System capable of roll feed and flat feed. (8)Weight 900 lbs maximum. (9)System and consumables capable of being transported via air, sea, truck, rail. (10)Capable of long term storage without any negative effects on system. (11) Operates in a Windows 7 environment with use of a windows based driver. (12) Repair and replacement parts readily available worldwide. (13) Capable of continuous operation. (14) Weather resistant media and inks. (15) System can be powered by 120/208 VAC, 50 and 60 Hz. (16) The system must be capable of going through multiple cycles of storage, transport and deployment without any degradation in system performance. 2.INSTRUCTIONS TO RESPONDENTS 2.1RESPONSES ARE DUE NO LATER THAN TUESDAY OCTOBER 28, 2014 AT 3:00 PM EST. Responses shall be submitted via e-mail only to Shawn Haubner at shawn.p.haubner.ctr@mail.mil. 2.2All responses are to be provided on company letterhead and should not exceed seven pages. All responses should be provided in Microsoft Word or Adobe Acrobat format on standard letter size 8-1/2 by 11 inch paper. The font for text should be Times New Roman 12-point or larger. Marketing collaterals are not desired at this time. 2.3Responses should include patent rights and/or licensure information for any data, product or technology that may be used to accomplish a proposed solution. 2.4Any proprietary information submitted will be protected if appropriately marked. 2.5In accordance with FAR 15.202(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. 2.6A responder may request clarification or submit technical questions regarding this RFI in writing for any requirement that is unclear. Questions regarding this announcement shall be submitted in writing by e-mail to Shawn Haubner at shawn.p.haubner.ctr@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/74871415a1cddc16a764820e96200186)
- Record
- SN03553011-W 20141019/141017234215-74871415a1cddc16a764820e96200186 (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 |