Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 13,1996 PSA#1615

FISC Norfolk Det. Wash. Washington Navy Yard, Bldg. 200, 4TH Floor, 901 M Street, S.E., Washington, DC

T -- PHOTOCOPIER SERVICES SOL N00600-96-R-0839 DUE 071596 (i.)This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prep'd IAW FAR 12.6, as supplemented w/ add'l info. included in this notice. This announcement constitutes the only Sol; proposals are being requested and a written Sol. will NOT be issued. (ii.)SOL. # N00600-96-R-0839 is issued as a RFP. (iii.)The SOL. document & incorp. provisions & clauses are those in effect thru FAC 37. (iv.)This procurement is NOT set aside for small business. SIC code is 7334. (v.)CONTRACT LINE ITEM NUMBER(S) & items: CONTRACTORS (KTR) SHALL PROVIDE THEIR COST PROPOSALS BASED UPON THEIR COST PER COPY CHARGE MULTIPLIED BY THE GOVERNMENT (Govt.) EST. NUMBER OF COPIES/ MO. (FYI: THE GOVT. EST. NUMBER OF COPIERS FOR EACH LEVEL IS ALSO PROVIDED BELOW). GAURANTEED GOVT. MINIMUM IS 10% OF THE BASE YEAR AMOUNT. CLIN 0001:Volume Band I (1-5000 copies/mo.) Copier w/ Semi Auto. Document Feeder (SADF) and 10 Bin (min.) Sorter (est. Copier Qty: 429 copiers producing 967,148 est. copies/mo.) CLIN 0002:Vol. Band II (5001-15,000 copies/mo.) Copier w/ Auto. Document Feeder (ADF) and 10 Bin (min.) Sorter and Fully Auto. Duplexer (est. Copier Qty: 402 copiers producing 3,205,882 est. copies/mo.) CLIN 0003:Vol. Band IIIa. (15,001-30,000 copies/mo.) Copier w/ ADF & 20 Bin (min.) Sorter and Fully Auto. Duplexer & large capacity tray (est. Copier Qty: 66 producing 1,221,660 est. copies/mo.) CLIN 0004:Vol. Band IIIb. (15,001-30,000 copies/mo.) Copier w/ ADF and Fully Auto. Duplexer & large capacity tray & copy control device & Finisher/Sorter (est. Copier Qty: 50 producing 925,500 est. copies/mo.) CLIN 0005:Vol. Band VIa. (30,001-50,000 copies/mo.) Copier w/ ADF & 20 Bin Sorter & Fully Auto. Duplexer & large capacity tray (est. Copier Qty: 16 producing 427,296 est. copies/mo.) CLIN 0006:Vol. Band IVb. (30,001-50,000 copies/mo.) Copier w/ ADF & Fully Auto. Duplexer & large capacity tray & copy control device & Finisher/Sorter (est. Copier Qty: 35 producing 1,878,835 est. copies/mo). Six CLINs above are the est. monthly copies required in base year LOT, & corresponding CLINs 0007-0024 shall be used for the 3 option LOTS (est. qtys. remain constant). Offerors must provide proposals based on above est. qtys. (& eval./award will be made using these Govt. estimates for the base & option years). Offeror's failure to show prices for CLINS 0007-0024 shall be understood that option CLINS are priced @ the same cost/copy the base year. (vi.)REQUIREMENT DISCRIPTION: Basic photocopier services for DPSDO, Wash. Area on a cost/copy basis for the period: October 1, 1996 through September 30, 1997, w/ 3 one yr. options plus the period afforded under FAR 52.217-8. Govt. requires copier services which include: the electrostatic copying machines, all consumable supplies (except paper & electricity), all maintenance to keep the copier in good operating cond. (incld. prevent. maint. & emergency repair services during normal working hours) & key operator training. Services to be provided around Wash. Navy Yard & surrounding areas, incld. Anacostia NavSta, Dahlgren, Va, Adelphi, Md, Bethesda, Md, Indian Head, Md & USNA, Annapolis. Maps showing exact copier locations to be provided @ post award conf. All qtys. shown in this sol. are estimates only. All required consumable supplies (except those noted above) shall be provided to the Govt. in a timely fashion. To insure avail. of consumable supplies, the KTR. shall establish & maintain (at least monthly) a full stock of all such supplies @ all locations. GOVT. SPACE FOR THIS STOCK WILL NOT BE PROVIDED. KTR. to furnish 1 designated POC for coordination of supplies, delivery, & maint. KTR. shall provide maint. IAW the orig. manufacturer's recommended maint. plan (copies of maint. plan shown in owner's manual shall be provided to the Govt. @ post award conf./or as soon as a new model copier is delivered). During normal working hours (7:30 - 16:00, Mon-Fri, excluding govt. hol.) the KTR. shall respond to verbal service calls w/in 4 working hrs. (2 hrs. for the est. 75 critical copiers to be designated throughout the life of the contract) after notification of malfunction. The response time starts when govt. service call is placed to the KTR. Excessive copier downtime will NOT BE TOLERATED and may result in TERMINATION FOR DEFAULT. KTR. shall provide replacement (or backup) copiers to preclude excessive copier downtime. Replacement Copiers (meeting or exceeding replaced copier specs.) shall be provided whenever the repair record of any copier reflects a downtime of more then 10% of normal working hours during any 30 day period. A credit for downtime shall be provided @ a daily rate of 1/22 of the anticipated monthly cost/copy charge times the evaluated avg. monthly volume of the copier times the number of days the copier is down. Backup copiers (w/ similar or greater specs.) may be requested when a copier has not been fixed w/in 16 working hrs. after notification of malfunction by the Govt. & shall be provided w/in 4 working hrs. of request to provide temp. relief (temp. relief is not to exceed 40 working hrs.-at which time original repair must be complete or replacement copier provided). KTR. is responsible for Delivery & Installation (& any subsequent copier movement) at no add'l charge. KTR. shall ensure the placement of copiers (by volume band classification) is directly related to est. avg. mo. volume of copies produced at copier site. Should the KTR. become aware of any particular sites where a copier(s) are being regularly over/under-used they shall recommend in writing the replacement/transfer of copier(s) w/ one in a higher/lower volume band, as appropriate to the COR. COR must notify the KTR. in writing of the govt's decision w/in 30 days as to whether copier will be switched/removed/ or continued in operation. The KTR. must complete switch/removal w/in 10 days. COR may request relocation of copiers & KTR. shall perform relocation w/in 24 business hrs. of request. During the contract, if the KTR. introduces new or improved copier models, the Govt. or KTR. may propose a sub. for existing models. Sub. shall be at no add'l cost, & sub. models must be of equal or greater capability as determined by the COR. Subs. must be documented via bilateral mod. to the contract. KTR. shall at no add'l cost provide on-site, key operator training (lasting up to 4 hrs.) @ each activity @ time of installation of each copier type & on an ''as needed'' basis to maintain qualified key operators. KTR. shall provide a usage report to the COR, showing bi-annual volume (i.e. 01 Oct. - 30 Mar. & 01 Apr. - 30 Sept.) produced by each copier & the maint./repair performed on each copier. Report is due 21 days following 6 month report period. KTR. shall have meter readers on all copiers which reflect actual volumes produced for a single calendar month. Meter cards supplied by the KTR. shall show: copier serial #, copy volume, unusable copy count, number of copies used during service calls, and an authorized machine operator's signature. The KTR. is responsible for physically taking meter readings at each copier site (unless room access is not poss. due to Govt. security--in which case a verbal reading may be relayed to the KTR.). The original meter cards must be submitted to the COR by the 5th working day following the month of service. Copier performance which causes unacceptable copy quality (i.e. paper jams, toner problems, etc.) which are not in the control of the copier operator shall not be billed, nor paid for by the Govt. Copies which are unacceptable shall be deducted from each machines monthly copy count for proper payment. This provision is not intended to cover defects in copy quality which are the result of operator errors (i.e. incorrect paper or quantity selection). All copies produced during KTR. maintenance/repair work shall be considered unusable copies and shall not be billed to the Govt. Such copies shall be listed on the meter cards by the KTR. and shall be co-signed by the COR. In addition to FAR 52.212-4(g), the KTR. shall provide a single consolidated invoice itemized and subtotaled by delivery order # to the COR for each location by the 20th calendar day following previous month of service. The KTR. shall try to the max. extent poss. to provide a copy of this invoice on a 3.5'' disk in a format readable by a COTS software. During copier installation @ certain Govt. sites, the KTR. will be provided w/ a sticker/decal stating ''reproduced at Govt. expense''. The KTR. shall be responsible for attaching sticker/decal to copier platens. (vii.)DELIVERY is FOB Destination to Govt. installations. Delivery and Unpackaging must be made between 15-30 September (or as directed by the COR). Installation and commencement of photocopier services to begin 01 Oct 1996. Acceptance shall be at destination. (viii.)FAR 52.212-1, Instructions to Offerors-Commercial, is incorp. by ref. (ix.)FAR 52.212-2, Eval.--Commercial Items, ADD: Para.(a) The following factors shall be used to eval. offers: price (using govt. est. qtys), technical (incld. but not limited to: Compliance w/ i. Volume Band Requirements, ii. requirement to have inventory of parts & consumable supplies, & iii. Service/Support Requirements). (x.)Offerors MUST submit a COMPLETED copy of FAR 52.212-3, OFFEROR REPS. & CERTS.-COMM. ITEMS, w/ its proposal.(xi.)FAR 52.212-4 Contract Terms and Conds-Comm. Items Add:Type of contract:IDIQ w/ firm fixed cost/copy prices. FAR 52.232-18 Elect. Funds Transfer Payment (Apr 1984). FAR 52.216-18 Ordering (OCT 1995) FAR 52.216-22 Indefinite Qty. (Oct 1995) Add:''beyond 90 days after expiration of the lot'' FAR 52.217-8 Opt. to Extend Services NOTE: Option may be exercised any time prior to the end of contract or any lot. FAR 52.217-9 Option to extend the Term of Contract Note: option may be exercised by giving written notice prior to the exp. of the current period of perf. FAR 52.212-5 Contract Terms & Conditions Required To Implement Statutes Or Exec. Orders-Comm. Items, however for para. (b)&(c) only the following provisions apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Govt., w/ Alt. I. FAR 52.203-10, Price or Fee Adjust. for Illegal or Improper Activity. FAR 52.219-8, Util. of Small Bus. Concerns and Small Disadvantaged Bus. Concerns. FAR 52.219-9 Small, Small Disadvantaged and Women-Owned Small Bus. Subcontracting. FAR 52.22-26 Equal Opportunity FAR 52.222-35 Affirm. Action for Special Disabled & Viet. Vets FAR 52.222-36 Affirm Action for Handicapped Workers FAR 52.222-37 Employment Rpts. on Spec. Disabled & Viet. Vets FAR 52.225-3 Buy Amer. Act-Supplies (xiii-xv.) N/A (xvi) 4 Tech. & 2 Cost proposals are due 07/15/96 @ 2pm Eastern @ FISC Norfolk, Det. Wash. Cust. Service Ctr., 901 M St. SE, Wash. Navy Yard, Bldg. 200, 4th Fl.,Wash, DC 20374. Direct questions to C. Beck (202)433-7143 or K. Place (202) 433-3672. (0163)

Loren Data Corp. http://www.ld.com (SYN# 0131 19960612\T-0001.SOL)


T - Photographic, Mapping, Printing and Publication Services Index Page