Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 24,1996 PSA#1748

DEFENSE INTELLIGENCE AGENCY, BUILDING 6000, BOLLING AFB, WASHINGTON, DC 20340-3084

T -- FILM PROCESSING SERVICES SOL MDA908-97-R-0003 DUE 010597 POC Purchasing Agent, JUDITH CASTEEL, (202)2312829 (i) 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; prposals are being requested and a written solicitation will not be issued. (ii) This SOLICITATION NUMBER MDA908-97-R-0003 is issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect hrough FEDERAL ACQUISITION CIRCULAR #90-42, and DEFENSE FEDERAL ACQUISITION CIRCULAR #91-11. (iv) This solicitation is a small business set-aside. SIC is 7384. (v) A list of CONTRACT LINE ITEM NUMBER(S) and items are: CLIN 0001: DEVELOPING OF 35MM FILM; CLIN 0001AA: 24 EXPOSURE BLACK & WHITE, D-76 1:1, 68 DEGREES F, 1500 ROLLS; CLIN 0001AB: 36 EXPOSURE BLACK & WHITE, KODAK, D-76 1:1, 68 DEGREES F, 120 ROLLS; CLIN0001AC: 36 EXPOSURE BLACK & WHITE TECHNICAL PAN 2415 (PUSHED TO 125 ASA) TECHNIDOL LIQUID DEVELOPER, 80 DEGREES F/15 MIN) VERTICAL AGITATION (UP AND DOWN), 400 ROLLS; CLIN 0001AD: 36 EXPOSURE BLACK & WHITE P-3200 (PUSHED TO 6400 ASA) (D-76 STRAIGHT 70 DEGRE F/17 MIN); 120 ROLLS; CLIN 0001AE: 24 EXPOSURE COLOR NEGATIVE, 320 ROLLS; CLIN 0001AF: 24 EXPOSURE COLOR POSITIVE (PROCESS AND MOUNT), 20 ROLLS; CLIN 0001AG: 36 EXPOSURE COLOR POSITIVE PROCESS ONLY (UNCUT), 120 ROLLS; CLIN 0002: PRINTS, 3 1/2 INCH BY 5 INCH GLOSSY; CLIN 0002AA: BLACK & WHITE, ENLARGEMENTS FROM 35MM FILM, 24, 000 EACH; CLIN 0002AB: COLOR, ENLARGEMENTS FROM 35MM FILM, 4, 520 EACH; CLIN 0003 PRINTS, 5 INCH BY 7 INCH GLOSSY; CLIN 0003AA: BLACK & WHITE, ENLARGEMENTS FROM 35MM FILM, 1, 600 EACH; CLIN 0003AB: COLOR, ENLARGEMENTS FROM 35MM FILM, 1, 280 EACH; CLIN 0004: PRINTS, 8 INCH BY 10 INCH GLOSSY; CLIN 0004AA: BLACK & WHITE ENLARGEMENTS, 160 EAH; CLIN 0004AB: COLOR ENLARGEMENTS, 160 EACH; CLIN 0005: PRINTS, 11 INCH BY 14 INCH GLOSSY; CLIN 0005AA: BLACK AND WHITE ENLARGEMENTS, 40 EACH; CLIN 0005AB: COLOR ENLARGEMENTS, 40 EACH. The Government also requires a proposal for each of four option years. The description and quantities for the option years are the same as the base period outlined here. (vi) Description of requirements for the items to be acqured. All products delivered hereunder shall be free of dust, lint, scratches, fingerprints, abrasions, and chemical stains. Ninety percent (90%) of all film (B&W) processed by the contractor will be returned to the Government without being cut. Black and wite film processing and printing will be done with black and white chemistry and printed by a black and white printer on black and white paper. Ten percent (10%) of all film (B&W) processed by the contractor will be returned to the Government in a "process only" state without prints. All items shall be preserved, packaged, packed and marked in accordance with the best commercial practices to meet the acking requirements of the carrier, and ensure safe delivery at destination. (vii) Date(s) and place(s) of delivery and acceptance and FOB point. The contractor shall provide on an FOB destination basis, pickup and delivery service to and from the address pecified below or to an alternate address within the Metropolitan Washington, DC, area (25 mile radius of the Pentagon) as specified by the Contracting Officer's Representative (COR). Deliver to: Defense Intelligence Agency, Joint Military Attache School, Bldg 6000, Room E3-832, Bolling AFB, Washington, D.C., 20340-5485. Performance Specifications. Pickup and delivery shall be made in person on Monday, Wenesday and Friday during normal duty hours (7:30 am to 4:00 pm) and at the request of the COR occurring not later than 24 hours after the COR's telephone request. Delivery shall be made no later than three (3) working days for Film Processing only and Five(5) working days for Film Processing and Printing (excluding weekends and Government Holidays) after pickup. (viii) FAR 52.212-1 Instructions to Offerors, Commercial, is incorporated by reference and applies to this acquisition. (ix) FAR 52.212-2, Evaluation, Commercial Items (OCT 1995) is incorporated by reference and applies to this acquisition. ADDENDUM 52.212-2 Para(a). Award will be based on best value.The following factors shall be used to evaluate offers: technical capability, price and past performance. Technical capability and past performance are more important than price. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications, Commercial Items (OCT 1995) with its offer. (xi) FAR 52.212-4, Contract Terms and Conditions, Commercial Items (OCT 1995) is incorporated by reference and applies to this acquisition and resulting contract. Contract Type: The resulting contract will be firm, fixed price (FFP). (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes (OC 1995) is incorporated in this contract by reference, however, for paragraph (b) only the following provisions apply to this acquisition: 52.212-5(b): 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I (OCT 1995), 52.203-10, Pice or Fee Adjustment for Illegal or Improper Activity, 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns, 52.219-9, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan, 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 Actionfor Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.239-1, Privacy or Security Safeguards (xiii) Additional requirements. Warranty: The contractor shall extend to the Government full coverge of any standard commercial warranty normally offered in a similar commercial sale, provided such warranties available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the "Inspection" clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a onflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable material and/or services listed in the schedule. (xiv DPAS rating: N/A. (xv) CBD numbered notes: N/A. (xvi) Two (2) technical and (1) cost proposal are due by noon, EST, 5 Jan 97 at the Virginia Contracting Activity, ATTN: DAP-2 (Judith E. Casteel), MacDill Boulevard, Building 6000, Bolling Air Force Base, Washington DC 20340-5100. Offerors shall provide names, addresses and phone numbers of 3 customers, either Government or commercial, that have received thecontractor's photo processing services during the past 2 years. Offerors must acquaint themselves with the new regulations concerning Commercial Item acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are excuted and returned as required in this synopsis/solicitation. (xvii) Name and Telephone number of individual to contact for information regarding the solicitation: Judith E. Casteel, (202) 231-2829, fax (202) 231-3368. (0355)

Loren Data Corp. http://www.ld.com (SYN# 0083 19961224\T-0001.SOL)


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