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