Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 1,1997 PSA#1878

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

T -- MICROFICHE CONVERSION SOL N00244-97-Q-9494 DUE 071197 POC Point of Contact is Bid Officer at 619-532-2690/2692; Gwen Young, Contracting Officer at 619-532-2890; FAX 619-532-1088/9 WEB: Click here to learn more about FISC San Diego and additional contracting opportunities., http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the Contracting Officer or submit your quote via e-mail., gwen_young@fmso.navy.mil. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-6; all eligible, responsible sources may submit an offer. This is a combined synopsis/solicitation for commercial items/services 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; quotes are being requested and a separate written solicitation will not be issued. Solicitation number N00244-97-Q-9494 applies and is issued as a Request For Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-45 and Defense Acquisition Circular 91-11. The standard industrial code is 7389 and the business size standard is $5.0 million. The agency need is for conversion of computer-generated magnetic tape of 105MM microfiche in 48x270 frame format generated from magnetic tape for the period 1 October 1997 through 30 September1998 with two (2) option years. Monthly average original silver fiche generated is estimated at 1338. Monthly average duplicate fiche generated is estimated at 1661. This requirement is for a fixed priced contract for two (2) line items as follows. BASE YEAR -- 10/1/97 through 9/30/98 Line Item 0001AA: Original Silver Fiche, quantity 16,056 each. Line Item 0001AB: Duplicate Fiche, quantity 19,932 each. Contractor shall provide service and material for the conversion of computer-generated magnetic tape of 105mm microfiche in 48x270 frame format generated directly from magnetic tape. Government-furnished magnetic tapes shall be 9-track, 1600 or 6250 BPI. Blocking factor shall be 6 records/blocks; record length shall be 136 characters per record. Magnetic tapes shall be furnished from the following computers: 1) Tandem CLX Non Stop, 2) IBM 9762-R73. Tape labels on magnetic tapes furnished shall be in accordance with the computers used to derive the magnetic tape. Volume: Monthly microfiche tape files, comprised of 38 different jobs, is estimated at 107. Daily microfiche tape files estimated at 6. Monthly average original silver fiche generated is estimated at 1,338. Monthly average duplicate fiche generated is estimated at 1,661. These quantities are not guaranteed and are provided for planning purposed only. Work may not be evenly distributed throughout the month and may be sporadic. The Microfiche shall be 48 X in a 270 frame format measuring overall 148.75mm by 105mm. All page format dimensions are referenced to the screen and in printed form at 48X. The eye readable titling shall be in bold type, approximately ten (10) point in size. The original fiche shall be silver halide film material and may be positive (black characters on a clear background) or negative (clear characters on a black background). The data pages shall be right reading when the fiche is held for right reading titles. The original fiche densities shall be "D" minimum below 0.1 and "D" maximum above 1.4. The titling information shall be provided from special records in the data screen. The 270th frame index shall be in the data screen. The duplicate fiche shall be either diazo or vesicular material in the negative form (clear characters on an opaque background). The thickness of the duplicate fiche shall be (.004" to .007"). The duplicate fiche density shall be "D minimum .0 to .15 and D maximum .9 to 1.2". The Contractor shall be responsible for providing the necessary software to ensure the effective and accurate translation of customer data from formatted and unformatted computer tapes to microfiche. The successful offeror shall demonstrate the ability to implement conversion of existing report requirement to new program formats within thirty (30) days. Approximately 38 separate programs are involved. All workmanship and quality of completed microfiche in connection with the above requirements shall be first class in every respect, including but not limited to: readability, format, reduction ratio resolution, background and character density, and quality control. All original and/or duplicate fiche shall be free of scratches, holes, tears, fingerprints or any other defect that may adversely affect the quality of its readable/legible characteristics. Packing: Each master set and each copy set of microfiche job shall be wrapped individually in a closed package to protect the microfiche during the distribution stages. Packaging used must allow for easy opening and resealing. The contractor shall be responsible for annotating each package with information that is pertinent to the identification and distribution of the product. The data elements required on the external packaging consists of the date, job name (file ID), recipient name/address, charge code (all of which is constant information), and associated external magnetic tape numbers. Information that is constant will be supplied initially in written form and will have periodical updates. Marking of shipments, Preservation, packaging and packing: Marking, preservation, packaging and packing shall be in accordance with ASTM Designation D3951-90 "Commercial Packaging" and Contract/Order No. (to be announced). Delivery: The government requires delivery to be made according to the following schedule -- 24-hour Turn-Around time is required. All magnetic tapes will be picked up and returned as complete batches to include magnetic tapes, original silver fiche created and duplicate fiche created, accompanied by required control and billing documentation. Associated external magnetic tape numbers will be annotated by the Contractor on all packaging which contain the original silver and duplicate fiche created. All return work will be verified for completeness (magnetic tapes, original silver fiche, duplicate fiche and required control and billing documentation) prior to being accepted from the Contractor. The Contractor or their representative will pick up work at a minimum of one (1) time daily, between the hours of 8:30 a.m. and 4:00 p.m., Monday through Friday at the Fleet and Industrial Supply Center (FISC), Bldg 1, 4th Floor, Input/Output Window (South end of Bldg), 937 N. Harbor Dr, San Diego, CA. All work will be completed and returned to FISC (as above), by the Contractor or their representative, within a 24-hour period from the time of pick up. Exception: The required 24-hour turnaround does not apply to the following conditions only -- 1) Work picked up on Friday no later than 4:00 p.m., will be returned on Monday no later than 4:00 p.m.; 2) Work picked up no later than 4:00 p.m. prior to a Federal holiday, will be returned no later than 4:00 p.m. on the first workday following the Federal holiday. Holidays applicable to resulting contract and the days of observance are: New Years day, 1 January; Martin Luther King day, 3rd Monday in January; Presidents' birthday, 3rd Monday in February; Memorial day, last Monday in May; Independence day, 4th of July; Labor day, 1st Monday in September; Columbus day, 2nd Monday in October; Veterans' day, 11 November; Thanksgiving day, 4th Thursday in November; and Christmas day, 25 December. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies. Provision 52.212-2, Evaluation Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable, the offeror must furnish at least three (3) references that demonstrate the contractor's ability to perform the services outlined. Technical capability to perform is approximately equal to price. Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies with the following addendum clauses: FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract, with Paragraph (a) completed as follows "The Government may extend the term of this contract by written notice to the Contractor within 30 days..." and Paragraph (c) completed as follows "The total duration of this contract, including the exercise of any options under this clause, shall not exceed three (3) years"; FAR 52.232-18, Availability of Funds; and FAR 52.222-48, Exemption from Application of Service Contract Act Provisions. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. Any contract awarded as a result of this solicitation will be a DO-rated order certified for national defense use under the Defense Priorities and Allocations System. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price related factors. Quotes must be received no later than 3:00 PM, local time, 07/11/97, and will be accepted via fax (619-532-1088/9) or via e-mail (gwen_ young@fmso.navy.mil) ONLY. DO NOT mail. See Numbered Note(s) 1, 13. (0178)

Loren Data Corp. http://www.ld.com (SYN# 0121 19970701\T-0001.SOL)


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