|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 22,1997 PSA#1997Contracting Office, Tooele Army Depot, P.O. Box 839, Building 9,
Tooele, Utah 84074-5020 36 -- COST PER COPY SOL DAAC89-98-T-0024 DUE 010698 POC Cheryl Henwood
(435)833-2608 WEB: none, none. E-MAIL: none, none. This is a combined
synopsis/solicitation for a commercial item prepared in accordance with
the format in subpart 12.6, as supplemented with additional information
included in this notice. This announcement constitutes the only
solicitation to be issued, quotations are being requested and a written
solicitation will not be issued. The request for quotation number for
this announcement is DAAC89-98-T-0024. This solicitation and
incorporated provisions and clauses are those in effect through FAR
97-01. This solicitation is a Firm Fixed Price contract and is being
issued on an unrestricted basis, utilizing SIC of 3579. Bidder shall
submit an offer on the following: The contractor shall be required to
furnish all labor and equipment necessary to provide copier services on
a cost-per-copy basis which includes the copier machines with technical
manuals, service, toner, emergency repair service during normal working
hours, periodic preventative maintenance, key operator training
services and all other related consumable copier supplies, except
paper, for Tooele Army Depot, Tooele, Utah; Pueblo Chemical Activity,
Pueblo, Colorado and Umatilla Chemical Activity, Hermiston, Oregon. All
copiers offered shall be new equipment/newly remanufactured to new
machine standards, and have not been used any other time prior to
delivery after the manufacturing or remanufacturing process. Models
which are only remanufactured are not acceptable. By submission of an
offer the contractor certifies that the copier model submitted meets
the criteria established for that particular volume band which will
regularly produce, as a minimum, the stated number of copies per month
without excessive malfunctions, breakdowns, or service calls. GENERAL
REQUIREMENTS FOR ALL COPIERS PROVIDED UNDER THIS CONTRACT. Each copier
shall produce 20 cost per minute and as a minimum include, (1)
automatic Document Feeder capable of accepting 8.5" x 11" up through
11" x 17" (2) Automatic Duplexing capability (1:2, 2:2, 2:1) (3)Zoom
Reduction/Enlargement of 50-200% (4) auto Exposure (5) 10 bin Sorter
(6)2-250 sheet trays with auto cassette-switching (7) Job Interrupt (8)
auto Start (9) auto paper selection (10) User Friendly Panel (11) Bound
Book capabilities (12) Copy Number Selection (13) A Self Diagnostic
Feature telling the operator when the following conditions apply: Needs
toner/paper or paper misfeed/jam. (14) An internal meter to register
total number of copies produced (15) have the manufacturer's name,
model number and serial number (16) capability to produce copies on
transparencies and gummed labels (17) Automatic Stapling Feature (only
on machines performing over 5000 copies per month and (18) Copiers
shall not contain either asbestos or polychlorinated biphenyls(PCB's).
MAINTENANCE. The contractor is responsible for maintaining copiers and
shall provide, at a minimum, one yearly service call as a preventative
maintenance service to ensure that the copiers furnished under the
contract are maintained in good working condition. Each copier
furnished under the contract shall perform at a monthly effectiveness
level of 96%. During the contract period, should the repair record of
any copier reflect a downtime of 4% or more of the normal working day
in one 30-day period the contractor shall replace the initial copier
with a new copier. The contractor shall have sufficient management and
qualified technicians to service the copiers. All consumable supplies
including staples, except paper, required to service the contract
shall be provided by the contractor in quantities sufficient to service
the contract and be readily avail able at each machine site. RESPONSE
TO SERVICE CALLS. Response to service calls during normal working hours
(06:30 -- 17:00), Monday through Thursday, excluding holidays observed
by the Federal Government, at all locations. The contractor shall
respond to verbal service calls within four hours after notification of
malfunction. Any copier repairs that exceed eight business hours will
require a loaner of equal or greater capability, at no additional cost
to the government. The government reserves the right to request
relocation of copiers furnished under this contract once after the
initial installation at no cost to the government. The contractor will
be notified at least three working days prior to relocation. The
contractor will be responsible for taking monthly meter readings at
each copier site or may have a government representative at each site
verbally relay the readings. Contractor personnel shall be subject to
compliance in obtaining all necessary documentation and training to
obtain entry to restricted chemical and conventional ammunition work
sites in performance of this contract Adjustments in billing for
unacceptable copies will bededucted from the total number of copies
charged against the month's meter reading with copies returned to the
contractor. Unacceptable copies are defined as: Black copies; copies
which do not image and are white as result; copies which are imaged
over only portion of the length; copies with toner blotches, copies
with portions of the image missing and under or over toned copies
determined to have been caused by a machine malfunction.The contractor
shall have all machines delivered, installed and operational within
thirty calendar days after award. "Key Operator" training shall be
conducted for each machine and location after machines are operational
and prior to contractor departing location. At the end of the
contract, the current contractor shall coordinate with the successor
any phase-in, phase-out so there will be no interruption of the
services.The contract period of performance will be for a one year
period with the options of 4 additional years, total contract
performance if options are exercised is 5 years. Cost shall include all
variables required for the operation and services of the machines for
the base year and each option year. The estimated copies per year is
2.4 million. The contractor shall provide a price per copy for each
line item listed and a price per copy for each option year.
Alsoidentify the Brand and model number of the copier machines being
offered. The CLINs for proposed contract are 0001, 59 copier machines
capable of producing a volume band of 0-5000 copies per month forTooele
Army Depot, Tooele, Utah. CLINs 0002 18 copier machines capable of
producing a volume band of 5001-15,000 copies per month for Tooele Army
Depot, Tooele, Utah. CLINs 0003 14 copier machines capable of producing
a volume band of 0-5000 copies per month for Pueblo Chemical Activity,
Pueblo, Colorado. CLINs 0004 8 copier machines capable of producing a
volume band of 5001-15,000 copies per month for Pueblo Chemical
Activity, Pueblo, Colorado. CLINs 0005 12 copier machines capable of
producing a volume band of 0-5000 copies per month for Umatilla
Chemical Activity, Hermiston, Oregon. CLINs 0006 4 copier machines
capable of producing a volume band of 5001-15,000 copies per month for
Umatilla Chemical Activity, Hermiston, Oregon. The clins for each
option year will be identical to the CLINs for the base year except
numbering will be changed accordingly. When requested in writing by the
contracting officer the contractor shall provide and install additional
copiers at locations specified at no cost to the government and no
increase in contract cost per copy price. The government may at its
option, request a maximum of 20 for Tooele, 10 for Pueblo and 10 for
Umatilla. Specific locations of the copiers will be provided to the
successful bidder at the time of award. The contractor shall install
the copiers according to priority list provided at the time of award.
The contractor shall submit an inventory record that identifies all
equipment delivered under this contract, by building number/activity,
make and model number and the serial number. The contractor shall also
list his dealership(s), if applicable, locations, service territories
and who will be doing the service work. One invoice shall be be
submitted monthly, sub-totaled by each location. Attach to the invoice
the contractor shall identify each copier by number, building, number
of service calls received and the number of reproduced copies for each
machine. The following provisions/clauses are applicable and are hereby
incorporated into the solicitation by reference and will be provided by
the contacting officer in full text upon request. NOTE: The full text
of the provisions/clauses can be accessed via the Internet using the
following web-site address: www.arnet.gov or www.deskbook.osd.mil.
Offerers are required to complete and include a copy of the following
provision with their proposals: 52.212-4. Offerers are also reminded to
submit the information required by 52.212-1(b). Provision/Clauses:
52.212-1, 52.212-3, 52.212-4, 52.212-2, 52.212-5 52.233-3, 52.203-6
52.203-10, 52.222-26, 52.222-35, 52.222-36, 52.222-37 52.217-5,
52.217-3 and 52.232-33 DFARS 52.225-7001, 252.225-7001, 252.
252.225-7012, 252.247-7024. Award will be evaluated IAW FAR 52.212-2,
and be based on the lowest priced acceptable offered from a responsible
contractor in accordance with FAR 9.104-1. Contact Cheryl Henwood
(435)833-2608 for any questions concerning this request for quotation.
Offers shall be submitted in writing and are due by close of business
(1700 hours) on 6 January 1998. (0352) Loren Data Corp. http://www.ld.com (SYN# 0164 19971222\36-0001.SOL)
36 - Special Industry Machinery Index Page
|
|