|
COMMERCE BUSINESS DAILY ISSUE OF MAY 22,1998 PSA#2101NATIONAL IMAGERY AND MAPPING AGENCY, 4600 SANGAMORE ROAD, ATT: PCO-E,
MAIL STOP D-5, BETHESDA, MD 20816-5003 74 -- BLACK AND WHITE COPIER/SCANNER SOL NMA301-98-R-0226 DUE 060898
POC Mitchell Feldman, Contracting Officer 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; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN
SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation,
NMA301-98-R-0226, is a Request for Quotation (RFQ). The solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 97-04. The associated Standards
Industrial Classification Code (SIC) for this procurement is 3579, and
the small business size is 500 employees. The National Imagery and
Mapping Agency has a requirement for one (1) black and white
copier/scanner which must provide for scanning in the product and
staging it for output on the copy printing device. The system will have
the ability to store products in memory and retrieve those products for
immediate printing of up to 999 multiple copies atany future date. It
will be able to produce A through E size prints. The system will have
25%-400% reduction/enlargement capability. Operational modes will
include scan to print, scan to net, print from files, and scan to print
and file. Storage capacity will be a minimum of 9GB. The output device
will be capable of 3 inches per second speed and will hold 4 (500')
rolls of paper with auto roll selection and synchro cut paper. It will
be capable of output on material other than paper. The scan resolution
will be 400 dots per inch and will have software-driven background
suppression. The software to store and retrieve scanned images will
employ a web browser or comparable search engine and will work from a
Windows NT 4.0 environment. Maintenance will include quarterly full
service maintenance and 3 year next business day on-site maintenance.
Other requirements of this procurement include start-up supplies, full
design, survey, installation, on-site education and training
(including key operator training), customizing of system operation, and
the removal of the existing Xerox 3080 copier which is to be traded-in
for credit against the new machine. Delivery is required within 30
days after receipt of order. Delivery location is the National Imagery
and Mapping Agency, Erskine Hall Room 171, 4600 Sangamore Road,
Bethesda, Maryland 20816-5003. The FOB Point shall be destination,
Bethesda, Maryland. The FAR provision at FAR Clause 52.212-1,
Instructions to Offerors Commercial Items and FAR provision 52.212-2,
Evaluation of Commercial Items, are applicable to this acquisition. The
clause at FAR 52.211-4, Contract Terms and Conditions -- Commercial
Items, and the clause at FAR 52.212-5, Contract terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial items,
apply to this acquisition, including subparagraphs (6) 52.222-26, Equal
Opportunity; (7) 52.222-35, Affirmative Action for Special Disabled
Vietnam Era Veterans; (8) 52.222-36, Affirmative Action for Handicapped
Workers; and (9) 52.222-37, Employment Reports on Special Disabled
Veterans and Veterans of the Vietnam Era. Evaluation of Commercial
Items: Evaluation criteria to be included in paragraph (a) of provision
52.212-2 are overall price (including the trade-in value of the
existing Xerox 3080 copier), quality, and the technical capability to
meet or exceed the Governments specifications. The Government intends
to issue a purchase order to the responsible company conforming to the
government's requirements who will offer the best value to the
Government, price and other factors considered. Quoters shall address
all requirements in this combined synopsis/solicitation, and shall
provide clear evidence of understanding and the ability and willingness
to comply with the Government's specifications of need. Failure to
address a specification/requirement will be construed by the Government
as inability to meet the need or the company taking exception to it.
All vendors are to include with their quotes, a completed copy of
provision 52.212-3, Offeror Representations and
Certifications-Commercial Items. All interested, responsible firms
should submit quotes, by 3:00 PM, Washington, DC time, on 8 June 1998,
to the National Imagery and Mapping Agency, ATTN: Mitchell Feldman or
William T. Hughes, PCO-E, Mail Stop D-5, 4600 Sangamore Road,
Bethesda, MD 20816-5003. Faxed quotes will be accepted. The telephone
number for faxed quotes is (301)227-4793. (0140) Loren Data Corp. http://www.ld.com (SYN# 0395 19980522\74-0001.SOL)
74 - Office Machines, Text Processing Systems and Visible Record Equip Index Page
|
|