Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 12,1997 PSA#1781

U.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