Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 24,1996 PSA#1686

USPFO FOR PENNSYLVANIA, DEPT OF MILITARY AND VETERANS AFFAIRS, FT INDIANTOWN GAP, ANNVILLE PA 17003-5003

74 -- COPIERS AND COST PER COPY SOL W25KYC-6178-0010 POC Contract Specialist Richard W. Boger (717) 861-8687 (Site Code DAHA36) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 as shown in this announcement is an Request for Proposal (RFP). The items required include but are not limited to the contractor to provide copiers, service, toner and related copier supplies, except paper, to manage a ''Cost Per Copy'' copier contract for the Pennsylvania Army National Guard at all Armory and certain Administrative building locations throughout the Commonwealth of Pennsylvania. The minimum machine requirement which the Contractor is to provide is 2 each volume band IV copiers rated at 50,001 to 100,000 copies/month at a speed of 40 copies/minute with sorter and duplex, 10 each volume band III copiers rated at 25,001 to 50,000 copies/month at a speed of 30 copies/minute with sorter and duplex, 38 each volume band II copiers rated at 10,001 to 25,000 copies/month at a speed of 20 copies/minute with sorter, and 106 each volume band I copiers rated at 0 to 10,000 copies/month at a speed of 12 copies/minute. All copiers shall be straight feature machines with added duplex and sorters as required. All copiers shall be new machines or reconditioned to equal standards of a new machine for the proposed model. Contractor shall provide ''key operator'' training for each location and machine. Copy paper is NOT included in the Cost Per Copy Contract. However, all consumable supplies required for copier operation shall be provided by the contractor. The contract shall require an eight (8) hour response time for service calls to the contractor. The workday is from 8:00am to 4:30pm Monday through Friday except for Federal holidays. The contract shall require the contractor to place a backup machine of equal status when a copier cannot be repaired within eight hours after the start of the service. The contract shall also require the contractor to replace any copier that has shown abnormal downtime. Abnormal downtime is defined as downtime of 10% or more of the normal work day period within the 30 day repair cycle. The contractor shall also be responsible for completion of service call repair slips and forwarding to the appropriate key operator. Contractor will be responsible to consolidate meter readings from all machines, including machine serial number, meter reading, unusable copy count, the name of the Key Operator, and forward the consolidated report to the DOIM office no later than the third working day after the month of service. The contract shall allow for the addition or deletion of copiers, with a thirty day notice to the contractor, at no additional cost except for the cost per copy as agreed between the contractor and the Government. Contractors interested in this solicitation shall notify the contracting office by FAX (717) 861-8604, ATTN: CW2 Richard W. Boger. Those contractors will be forwarded the additional information too lengthy for inclusion in this announcement. Information will consist of the addresses for the various locations throughout the Commonwealth of PA, including the volume band of the machine required for each location and the Statement of Work. Each contractor must include its Federal Tax Identification Number and corporate status. Corporate status means the concern's designation as a 1) sole proprietorship, 2)partnership, or 3) other corporate entity. The ensuing contract shall be for a base period of one year commencing on 1 Oct 96 through 30 Sep 97 with one option period renewable at the beginning of each Federal Fiscal Year. Contractors shall include a completed copy of the provision at FAR 52.212-3 Offeror Representation and Certifications- Commercial Items with its offer. The clause at 52.212-4 Contract Terms and Conditions- Commercial Items applies to this acquisition. The provisions at 52.212-1, Instructions to Offerors- Commercial Items applies to this acquisition. The provisions at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items are included and incorporate by reference clauses; 52.222-3 Convict Labor, 52.233-3 Protest After Award, 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity, 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, 52.225-3 Buy American Act- Supplies. Contractor shall provide Cost per Copy for each volume band copier. Cost shall include all variables required for the operation and service of the machine for the base period and each option period. Evaluation will be based on the lowest cost to the Government for the base period and option periods. The offers are due no later than 2:00 pm EDST fifteen (15) calendar days after publication of this notice. If additional information is required contact CW2 Richard W. Boger at (717) 861-8687. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-32. The standard industrial classification being 3861. The small business size standard is 500 employees. The Clins for the proposed contract are; 0001 volume band I base year 1 Oct 96-30 Sep 97, qty 106ea, cost/copy____, 0002 volume band II base year 1 Oct 96-30 Sep 97, qty 38ea, cost/copy ____, 0003 volume band III base year 1 Oct 96-30 Sep 97, qty 10ea,cost/copy ____, 0004 volume band IV base year 1 Oct 96-30 Sep 97, qty 2ea ____; 0005 volume band I first option period 1 Oct 97-30 Sep 98, qty 106ea, cost/copy ____, 0006 volume band II first option period 1 Oct 97-30 Sep 98, qty 38, cost/copy ____, 0007 volume band III first option period 1 Oct 97-30 Sep 98, qty 10 ea, cost/copy ____, 0008 volume band IV first option period 1 Oct 97- 30 Sep 98, qty 2ea, cost/copy ____. Contractor shall have all machines delivered, installed and operational within thirty (30) calendar days after award. ''Key Operator'' training shall be conducted after machines are operational and prior to contractor departing location. Bids shall be forwarded to; USPFO for PA, Purchasing and Contracting, Department of Military Affairs, Fort Indiantown Gap, Annville, PA 17003-5003, no later then 1400 hours (2:00pm)(EDST).(0264)

Loren Data Corp. http://www.ld.com (SYN# 0233 19960923\74-0001.SOL)


74 - Office Machines, Text Processing Systems and Visible Record Equip Index Page