Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 7,1996 PSA#1589

Pacific Contracting Center, Attn: MCAA-PC, 160 Krukowski Rd, TAMC Bldg 160, Honolulu, HI 96859-5000

J -- REFURBISH/RECHARGE HP LASERJET TONER CARTRIDGES Sol DADA16-96-R-0004. Due 051596. POC: Jack Fontanilla, Contract Specialist, Tel (808) 433-6394 Ext 225, Fax (808) 433-6394. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. Solicitation DADA16-96-R-0004 herein is a Request For Proposal. Tripler Army Medical Center, Hawaii has a requirement for two solicitation line item numbers (SLINs). Refurbish/recharge Toner Cartridges SLIN 0001, Hewlett-Packard 92295A Laserjet (series II, IID, III, IIID), estimated qty of 600 ea, and SLIN 0002, Laserjet 4, estimated qty of 300 ea. A firm Fixed-Price Requirements type contract for the base period May 96 - 31 Apr 97 plus 2 year options are anticipated. The quantities contained herein are estimates only and are not purchased by the contract. When the need exists and funds are available, the government will place a delivery order against the contract. Quantities will vary on each individual DO. Contractor shall pickup/deliver toner cartridges from/to the Self Service Supply Center, MCHK-LDP, Room 3F710, 1 Jarrett White Rd., Tripler AMC, Hawaii 96859, phone (808) 433-6915, fax (808) 433-4866. All cartridges shall be serviced as follows: 1. Test and inspect each cartridge for defects or flaws. 2. Disassembly, clean and inspect. 3. Clean and inspect wiper blade, replace if worn. 4. Clean and inspect corona wire assembly, replace if worn. 5. Disassemble mag roller, reinstall, and gap. 6. Seal toner hopper tank. 7. Fill toner tank w/275 grams of premium graphics toner. 8. Install matching premium graphics, long-life metal drum. 9. Reassemble cartridge to original mfg specs. 10. Test cartridge for print density. 11. Package cartridge in reflective, silverized, anti-static bag. 12. Include new fuser wiper wand w/silicon impregnated nomex materials. Refurbish/recharge toner cartridges shall be guaranteed by the contractor to be free from defects in material and workmanship. Contractor shall pay for any cost required to repair any machine damages resulting from using a defective recharge/refurbish toner cartridge. The contractor shall return recharge/refurbish toner cartridges within 72 hours upon receipt of an order. The solicitation document, provisions and clauses herein are those in effect through FAC 90-33. FAR 52.212-1 Instruction to Offerors-Commercial Items, 52.212-2 Evaluation-Commercial Items, and 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following evaluation factors are of equal importance, and the criteria used in the evaluation. Factor (1) Qualifications: Offeror shall discuss if it has the necessary resources, organization, experience and an adequate inventory of replacement parts and materials to perform the required stated services, Factor (2) Performance: Offeror shall have a satisfactory performance record on current and previous contrats within the last two years. Provide a list of two contracts, and/or agreements awarded to your firm for the same or similar supplies/services with government and commercial concerns. Give date of contract, period of performance, contract number, description of service, contract amount, name/title and telephone number of contracting officer, Administrator, manager or user. Contractors ability in the area of workmanship quality, performance, efficiency, responsibility, timeliness and reasonable and cooperative behavior and commitment to customer satisfaction will be evaluated. Offeror shall provide information on problems encountered, and explain corrective action implemented, Factor (3) Cost/Price: Offeror shall provide a cost breakdown on the propose unit price or if the propose unit price is based on a published price list/catalog, this list shall be provide in lieu of a cost breakdown. The offeror shall submit a completed copy of FAR 52.212-3. Offeror Representation and Certifications-Commercial Items, with its offer. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition with the following additional clauses: 52.203-6 Restrictions on Subcontracts Sales to the Government Alt 1, 52.203-10 Price or Fee Adjustment for illegal or Improper Activity, 52.219.8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns, 52.219-14 Limitation on Subcontracting, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.225-3 Buy American Act-Supplies, 52.222-41 Service Contract Act of 1965, As amended, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-43 Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts), 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment. The following additional provisions and clauses applies to this acquisition, 52.216-19 Order Limitations, 52-216-21 Requirements, 52.217-5 Evaluation of Options, 252.222-7000 Restrictions of Employment of Personnel. The requirement contained herein is 100% set-aside to SB concerns. See numbered Note 1. Interested SB concerns that can meet the solicitation requirements are encouraged to submit an offeror which will be considered. Direct all question or inquiries referencing the RFP No. by Fax at (808) 433-2990 or Phone at (808) 433-6394 Ext. 225. Proposals shall be received by the Pacific Contracting Center, 160 Krukowski Rd, Bldg 160, Honolulu, HI 96859 no later than close of business of the fifteenth day from the date this announcement first appears in the CBD. Fax proposals are accepted. (121)

Loren Data Corp. http://www.ld.com (SYN# 0039 19960506\J-0001.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page