Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 22,1997 PSA#1997

Contracting 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