Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 15,1996 PSA#1595

Defense Mapping Agency, ATTN: PCA/D-6, 6000 MacArthur Blvd., Bethesda, MD 20816-5003

70 -- IMAGESETTER SYSTEM SOL DMA401-96-RA006 DUE 053196 POC POC: Ms. Harriet Saulsbury, Purchasing Agent, (301) 227-2366 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. PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is DMA401-96-RA006 and this solicitation is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-37. This is a total small business set-aside. The (SIC) standard industrial classification code is 2796 and the business size is 500 employees. Defense Mapping Agency, (DMA) wishes to procure the following four (4) line items: CLIN 0001 -1 Each, Imagesetter System: consisting of the following components, Raster Image Processor, 100MHZ (or greater) Pentium Based PC, Color Printer, Adobe CPSI Postscript (latest version), DOS, (latest version), Windows (latest version) and Microsoft Office (latest version), Imagesetter will be paper and film-to-plate compatible. The Imagesetter area shall be capable of an 18 inch imaging width and have the ability to produce four color process separations. Maximum line width shall be approximately 18 inches. Resolution shall be 2400 by 2400 dots per inch (dpi) and system output speed shall be 6 in./min-4 ft./min. The System shall be capable of producing outputs on polyester plate material. The RIP shall be capable of processing the output sent to the Imagesetter. The processor shall be 100MHZ or greater with 24 MB of RAM memory or greater with the option to increase RAM memory. The Pentium-based PC shall have a 1GB HD, standard keyboard and 14 inch color monitor. The printer shall have a resolution of 300 dpi, 2ppm for full-color paper documents and have 16 MB of memory expandable to 72 MB. The Imagesetter shall be brand name or equivalent to Imagesetter systems offered by the following companies: Autologic of Norcross, GA or Linotype of Cincinnati, OH. All components shall be Underwriters Laboratories (UL) approved. Offerors are to include with their proposal the following physical and electrical information about the Imagesetter System: 1) Height, width, depth and weight 2) entrance requirements for system delivery 3) lighting requirements 4) raised flooring requirements (load requirements, cable openings, size of air intakes from raised floor plenum, etc.) 5) Maximum cable lengths 6) service access requirements 7) type of leveling devices provide to insure processor is level 8) voltage and number of phases 9) current and KVA specifications 10) Power connector plug types (male and female) 11) Receptacles (number and type) 12) heat dissipation 13) operating range for temperature 14) operating range for humidity 15) shock/vibration 16) ambient noise levels 17) exhaust requirements, CFM's (must have external exhaust. The contractor shall provide the following WARRANTY information for each piece of equipment proposed: 1) length of warranty 2) starting date 3) specific terms and conditions 4) Warranty service provider (company name & number). CLIN 0002 Training. The contractor shall furnish the following training on the government site (Ft. Belvoir) between 7:30 AM and 3:30 PM, Monday through Friday: 1) 1 OPERATOR TRAINING class for up to 12 employees which shall cover operator procedures, operating limitations of equipment and safety procdeures to enable the students to operate the equipment to a journey level of competence; 2) 1 HARDWARE MAINTENANCE TRAINING class for up to 5 employees which shall include all preventive and remedial maintenance procedures for all equipment, to enable the students to maintain the equipment to OEM specifications; and 3) 1 SYSTEM MANAGER TRAINING CLASS for up to 3 employees which shall include all aspects of managing the operation and support of the equipment delivered under this procurement. Each student shall be provided with their own training materials. CLIN 0003 Installation of the system on site to fully operational condition. CLIN 0004 The contractor shall provide any other special tools, repair parts, operational supplies, software or test equipment necessary for the operation, calibration, or maintenance of the Imagesetter system. Deliver Imagesetter System to: Defense Mapping School ATTN: Cathy McCoskey 21st and Belvoir Road Building S214 Fort Belvoir, VA 22060. Delivery of Imagesetter system anticipated to be FOB destination 30 days after awardee's receipt of signed order. The provision at 52.212-1, ''Instruction to Offerors--Commercial Items'' applies to this order. Interested parties shall submit offerors which include the 11 items outlined in FAR 52.212-1(b). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Provision at 52.212-2, ''Evaluation-Commercial Items'' applies to this order. The Government intends to award a contract resulting from this solicitation to the lowest-priced offer fo the responsible offeror, whose past performance is acceptable, whose offer conforms to the solicitation to satisfy the Government need, and whose offer will be most advantageous to the Government. Offerors are to include a complete copy of the provision at 52.212-3, ''Offeror Representations and Certifications-Commercial Items'', with offer. The clause at 52.212-4, ''Contract Terms and Conditions-Commercial Items'', applies to this acquisition. The clause at 52.212-5, ''Contract Terms and Conditions Required to Implement statutes or Executive Order-Commercial Items'', applies to this acquisition (including: 52.233-3; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-41; 52.22-42; 52.222-47). The following DFARS clauses are applicable to this procurement: 252.212-7001, 252.225-7013, 252.225-7000, 252.225-7001, and 252.225-7012. Offers are to be completed and delivered to the Defense Mapping Agency address listed above by 7 June 1996 by 12:00 P.M.. Attn: Ms. Harriet Saulsbury, (301) 227-2366. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified. (0134)

Loren Data Corp. http://www.ld.com (SYN# 0294 19960514\70-0001.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page