|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 12,1997 PSA#1781U.S. Department of Justice, Federal Bureau of Investigation, J. Edgar
Hoover Building, Rm 6875, 935 Pennsylvania Ave., N.W., Washington, DC
20535-0001 70 -- MODEL 710 EDGE TRIGGER PRINTERS SOL RFP #7065 DUE 022597 POC
Susan J. Smith -- 1-304-625-2441 (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; proposals are being requested and a written
solicitation will not be issued. (ii) This Solicitation Number RFP
#7065 is issued as a Request for Proposal (RFP). (iii) The solicitation
document and incorporated provisions and clauses are those in effect
through FEDERAL ACQUISITION CIRCULAR 90-45. (iv) This solicitation is
not restricted to a set-aside. Standard Industrial Classification Code
is 3577 and the small business size standard is 100 employees. (v) A
list of CONTRACT LINE ITEM NUMBERS (CLIN) and items are: CLIN 0001:
Model 710 Edge Trigger Printer, 50 Each; CLIN 0002: Schematic Drawings
for the Edge Trigger Printers, 2 Sets; and optional spare parts: CLIN
0003: Controller PC Board (Part #M701); CLIN 0004: Auxiliary Feed
Driver Board (Part #M704); CLIN0005: Printer Mechanism for Edge Trigger
Printer (Part #51000-218); CLIN 0006: Print Heads (Part #103010-332A);
CLIN 0007: Power Supply PC Board (Part #702/PS/MBD); CLIN 0008:
Transformer Assembly (Part #3248); CLIN 0009: Rear Panel Assembly for
Power Supply; and CLIN 0010: Ribbon Guides (Part #104490A). (vi) The
Federal Bureau of Investigation (FBI) plans to negotiate on a
sole-source basis with Cybertech, Inc., for the purchase of fifty (50)
each Model 710 Edge Trigger Printers along with two (2) sets of
schematic drawings for the Edge Trigger Printers. The FBI also requires
an option to purchase the spare parts listed above as CLIN 0003 through
CLIN 0010 at any time within the 36-month contract life. Description of
the requirements for the items to be acquired: The Model 710 Edge
Trigger Printers shall be compatible with IBM XT/AT personal computers;
shall have a semiautomatic feed for standard fingerprint card (FD-258
-- 8 inch x 8 inch); print speed of at least 120 characters per second;
protocol terminal Ready XON/OFF; storage of 2048 data characters;
enclosure footprint of 8.5 inches x 13 inches; form-sensor conditioning
circuits; cross-feed motor drive (stepper motor); status lights to
indicate jamming, fault, OK, power ON/OFF; stepper motor for line
feeding six lines per inch; seven wire print heads -- vertical dot
spacing .014 inches and horizontal dot spacing .0138 inches minimum;
optical position sensors shall be mounted upside down to minimize dust
collection which affects their operation; auxiliary feed roller shall
be modified with a Guard Electric Solenoid Part Number TP 4X12-I-24V;
capacitor C3 (10,000 uF, 35V) in the power supply shall have a 50V
rating as this circuit normally has over 40V on it; C4 and C5 in the
power supply shall be rated for 50V; printer modules shall have an
access hole in the bottom of the mounting plate to allow easy access to
the rollers for cleaning; and shall have the printhead motor fuse
mounted on the rear of the printer adjacent to the power switch for
easy replacement. If offering used equipment, equipment must be
identified as used and/or remanufactured equipment and shall be
warranted the same as new equipment. All items shall be preserved,
packaged, packed, and marked in accordance with the best commercial
practices to meet the packing requirements of the carrier and ensure
safe delivery at destination. (vii) Equipment shall be delivered within
90 days after receipt of order with earlier partial deliveries being
preferred. Delivery and acceptance shall be at the Federal Bureau of
Investigation, Criminal Justice Information Services Division Complex,
1000 Custer Hollow Road, Clarksburg, West Virginia 26306, Attention:
David O. Stafford, Module B-2, and shall be F.O.B. Destination. (viii)
FAR 52.212-1, Instruction to Offerors -- Commercial, is incorporated
by reference and applies to this acquisition. (ix) FAR 52.212-2,
Evaluation -- Commercial Items, is incorporated and applies to this
acquisition. ADDENDUM 52.212-2 Para (a.). Award will be basedon best
value. The following factors shall be used to evaluate offers:
technical capability, price, and past performance. Technical capability
and past performance when combined are more important than price. For
price evaluation purposes only, the FBI will assume purchase of ten
(10) each of the optional items. (x) Offerors shall include a completed
copy of the provision at 52.212-3, Offeror Representations and
Certifications -- Commercial Items, with its offer. (xi) FAR 52.212-4,
Contract Terms and Conditions -- Commercial Items, 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 or Executive Orders -- Commercial Items 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 theGovernment with
Alternate I; 52.203-10, Price or Fee Adjustment for Illegal or Improper
Activity; 52.219-8, Utilization of Small, Small Disadvantaged and
Women-Owned Small Business Concerns; 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;
52.222-37, Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era; 52.225-3, Buy American Act -- Supplies; and
52.225-18, European Union Sanction for End Products. (xiii) Additional
requirements. Warranty: The Contractor shall extend to the Government
full coverage of any standard commercial warranty normally offered in
a similar commercial sale, provided such warranty is 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 conflict, the terms and conditions of this contract shall take
precedence over the standard commercial warranty. The standard
commercial warranty period shall begin upon final acceptance of the
equipment, drawings, and/or spare parts listed in the schedule. (xiv)
DPAS rating: N/A. (xv) CBD Numbered: 22. (xvi) Three (3) technical and
one (1) cost proposal are due by 3 p.m. local time, February 21, 1997,
to the Federal Bureau of Investigation, Information Technology
Contracts Unit, 1000 Custer Hollow Road, Clarksburg, West Virginia
26306, Attention: Susan J. Smith, Module A3-706. Offerors shall provide
names, addresses, and telephone numbers of 3 customers, either
Government or commercial, that have purchased the same or similar
equipment during the past two 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 executed and returned as requiredin this
synopsis/solicitation. (xvii) Name and telephone number of individual
to contact for information regarding the solicitation: Susan J. Smith,
(304) 625-2441, fax (304) 625-3634. (0041) Loren Data Corp. http://www.ld.com (SYN# 0346 19970212\70-0002.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|