|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 20,1998 PSA#2204USPFO for Missouri, Purchasing and Contracting, 7101 Military Circle,
Jefferson City, MO 65101-1200 74 -- STATEWIDE COST-PER-COPY CONTRACT, MISSOURI ARMY NATIONAL GUARD
SOL DAHA23-99-Q-0001 DUE 110698 POC Ann Lea, Contract Specialist, (573)
526-9575 This is a combined synopsis/solicitation for commercial items
prepared in accordaance with the format in FAR Subpat 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. The Cost Per
Copy Contract is a fixed price contract for one year with three (3)
option years. Minimum monthly volume is 348,538 copies GENERAL
REQUIREMENTS: Reproduction machines offered are in current production
as of the date of this offer. Machines shall be equipped with a
lighten/darken contract control. Machines shall be capable of copying
carbonless blues. Examined samples shall show a reflectance not greater
than 50% when tested. Machines shall copy to within 3/16 inch of the
leading edge of paper and to within 1/8 inch of the remaining three
edges. Machines shall be capable of producing copies on transparencies
and gummed labels. Machines shall have a self-diagnostic system
thatindicates as a minimum, the following condition a) needs toner b)
needs paper c) paper jam. Planten shall be a minimum of 11" X 17" and
be of the "flat-bed" type. Machines shall have the capability to copy
pages of bound documents. Machines shall conform to the requirement of
Underwriters Laboratories (UL) Standard, 14. Machines shall perform
satisfactorily at any temperature between 50 and 90 degrees Fahrenheit.
Machines shall perform satisfactorily at any relative humidity between
15 and 85 percent. Machines shall not contain any hazardous materials
or compounds. Machines shall feature a definite indicator of when the
equipment is energized with either a "power on" light or appropriate
indicator on the control panel. Each machine shall be equipped with
"surge" protection. Each machine shall have only the manufacturer's
name, serial number, trademark and model number permanently and legibly
stamped or affixed on a major component of the machine, in an
accessible location. An operator's manual shall be furnished with each
machine. No machine offered may produce less than 20 copies per
minute. Offeror shall provide with quotation the manufacturers brochure
identifying the make, model and specifications of the machine offered.
MACHINE REQUIREMENTS: (Automatic Document Feeder, Sorter, Full
Automatice Duplexing and Stapling). All machines furnished shall meet
the following minimum requirements; copy speed of 20-30 letter size
(8.5" X 11") copies per minute, capable of reliably producing 15,000
copies per month, tabletop design machines shall be furnished with a
standard commercial cabinet base, three preset reduction/enlargement
ratios/Zoom, one of 64 +/-3% of the original, one of 75 +/-4% of the
original and one of 120% +10 -5 the size of the original. Zoom feature
allowing continuously variable enlargement in increments no larger
than 1 percent. Machines equipped with one or more of the following
features is considered compliant with this requirement; a) Preset
ratios: the ratios are input into the machine by themanufacturer and
are quickly accessible by pressing the appropriate button, b) Automatic
magnification: the machine can automatically sense the size of the
original, and when the size of the copy paper is specified, can
automatically set the necessay reduction/enlargement ratio. Paper Tray
or Stack Feed Type a) shall be furnished with a minimum of two (2)
trays or stack feeds. b) Shall feed paper in the following sized: 8.5"
X11", 8.5" X14" and 11" X17". c) One of the trays or stack feeders
must have the minimum capacity of 500 sheets of 8.5"X11" paper.
Machines shall be furnished with a receiving bin for copies. Machines
shall be equipped with automatic document feeders which are capable of
automatically feeding originals up through 8.5"X14" in size and
semi-automatically feeding originals up to 11"X17". Document feeder
must be capable of feeding continuous feed computer paper up to 11" X
17". Machines shall have the capability to perform automatic duplexing
(two-sided copying) onto paper 8.5" X 11" in size. REQUIREMENTS FOR
OPTIONAL FEATURES: Fully automatic duplexing onto 8.5" X 11" paper,
"fully automatic" for this document means that no operator handling of
throughput or originals is required to obtain two sided copies form
one or two sided originals, once the originals are inserted in the
feeder and the start button is pressed. If the fully automatic
duplexing option is chosen, then machines must be equipped with an
automatic document feeder that is capable of feeding and inverting two
sided originals up through 8.5" X 14" size. feeding 11"X17" originals
either semi automatically or automatically. Sorters -- 20 bins, each
bin having a minimum capacity of 30 sheets (8.5"X11") and the ability
to receive copies up through 11" X17" in size. Altenatively, machines
may be furnished with offset stackers in lieu of sorters. CONSUMABLE
SUPPLIES: All consumable supplies shall be furnished by the Contractor
with the exception of paper. MAINTENANCE: Response to Service Calls
will be during normal working hours, Monday through Friday, (excluding
Federal holidays). The Contractor shall respond to verbal service
calls and repair a machine within four (4) hours after notification of
malfunction. The response time on a service call starts when the
authorized personnel of a activity location places a service call to
the Contractor. Each machine furnished under this contract shall
perform at a monthly effectiveness level of 95 percent. (The
effectiveness level for the machine is computed by the formula one (1)
minus the total number of hours downtime, divided by the total
production time in the month. Total production time shall be computed
by multiplying 8 hours per day bu the number of working days in the
month (weekends and Federal Holidays excluded). If the monthly
effectiveness level is 95 percent or higher ther is no credit due the
goverment. Failure of any particvular machine to achive a monthly
effectiveness of 95 percent shall entitle the Government to
unilaterally take credit against the monthly billing for each day the
equipment is inoperative. The credit shall be a percentage amount of
the cost-per-copy monthly charge per machine, which sall be determined
by subtracting the actual percentage of effectiveness level attained
during the month from 100. If a machine operates at less than 95
percent effectiveness level for 30 consecutive days, the contractor
shall replace the machine. Example: If a machine was down for 20 hours
in a month which had 168 hours of total productive time, the
percentage downtime would be 11.9% (20hrs/168hrs) the effectiveness
level would be 88.1%. The Credit due the Government would be 11.9%.
GOVERNMENT TECHNICAL MAINTENANCE SUPPORT: The Contractor shall have the
responsibility to provide sufficient management and qualified, factory
certified technicians to service the model of machines for each
location. REPLACEMENT AND BACKUP: If a machine fails to operate the
Contractor shall provide an immediate replacement/repair. During the
contract period, should the repair record of any machine reflect a
downtime of five percent or more of the normal woorking days in one
30-day period, a determination will be made by the COTR to replace the
initial machine with a new machine, or have the Contractor's
Representative certifying sufficient repairs have been made. The
contractor shall have in stock backup equipment. When a machine cannot
be repaired within 4 hours the requiring location may request backup
equipment to be delivered within 4 hours. Backup equipment must meet or
exceed the capabilities of the machine to be replaced at the same
Cost-Per-Copy Rate for the location. Backup equipment may remain in
place for a maximum of 40 working hours. At the expiration of this time
if the original machine has not been repaired, the Contractor must
provide a replacement machine of the same make and model as the
original machine. The Contractor is responsible for providing the COTR
the serial number, location and model of the replaced machine. MACHINE
RELOCATION: The Contractor shall at the request of the COTR relocate
each machine once per year, at no expense to the Government. METER CARD
REQUIREMENT: The Contractor shall manage the meter card program.
Missouri Army National Guard is responsible to provide readings to the
Contractor for each machine. BILLING: The Contractor shall submit a
single consolidated, itemized, sub-totaled monthly invoice. Machine
equipment has certain performance characteristics (i.e. paper jams,
malfunctions) that cause unacceptable copy quality, the Government will
not be responsible for unacceptable copies. INSTALLATION PREPARATION:
The Government shall provide the contractor access to installation
sites. To arrnage for pre-installation visit contact: Ann Lea, (573)
526-9575. GOVERNMENT USAGE STICKERS/DECALS: Contractor should be aware
that an Army directive requires all machines contain a statement
similar to "Reproduction of Classified Document on this machine is
strictly Prohibited". Therfore, at the time of machine installation,
the contractor will be required to attch imprinted sticker/decals to
the machine. The actual sticker/decals will be provided by the
Government at no expense to the Contractor. LOCATION AND QUNATITY OF
UNITS: Albany, Kennett, Anderson, Kirksville, Aurora, Lamar, Bernie,
Lebanon, Booneville, Lexington (2), Cape Girardeau (3), Macon,
Carollton, Marshall (2), Carthage, Mexico (2), Caruthersville, Moberly,
Centertown, Monett, Charleston, Neosho (3), Chillicothe, Nevada (3),
Clinton, Ozark, Columbia, Perryville, Desoto, Pierce City, Dexter,
Poplar Bluff (3), Doniphan, Raytown, Farmington, Richmond, Festus (3),
Rolla (2), Ft Leonard Wood (2), Salem, Frederictown, Sedalia, Fulton,
Siketston, Hannibal, Springfield (9), Harrisonville (2), St Clair,
Independence (2), St Joseph (4), Jackson, St Louis Area (3), Jefferson
Barracks (6), Trenton (2), Jefferson City (6), Warrenton (2), Joplin,
Warrensburg, Kansas City (6), West Plains, Whiteman. ** Those with no
quantity indicated require a quantity of one (1). This Request for
Quotation is being advertised as unrestricted with aRequired Delivery
Date (RDD): 1 December 1998. US Department of Labor Wage Determinations
94-2307 (Rev 13), 94-2309 (Rev14) and 94-2311 (Rev 12) classes 01300,
23181, 23182 apply to this solicitation. Provisions at FAR 52.212-1
Instructions to Offerors -- Commercial apply to this acquisition.
Provision at FAR 52.212-2, Evaluation Commercial Items, (a) Technical
ability of offerors, Past Performance (offeror may be required to
provide references) and Price apply to this requirement. Include a
completed copy to fht provision at FAR 52.212-3, Offeror Representation
and Certification -- Commercial Item with quotation. Clause 52.212-4
Contract Terms and Conditions (a) (b) (6), (7), (8), (9), (c) (1), (2)
apply to this acquistion. FAR 52.237-2, Protection of Government
Buildings, Equipment and Vegetation apply to this acquition. DFARS
252.212.7001 Contract Tems and Conditions to implement Statutes or
Executive orders Applicable to Defense Acquisitions of Commercial
Items, (a) (b) 252.225-7001 & 252.225-7036 apply to this acquisition.
Posted 10/16/98 (W-SN263009). (0289) Loren Data Corp. http://www.ld.com (SYN# 0200 19981020\74-0001.SOL)
74 - Office Machines, Text Processing Systems and Visible Record Equip Index Page
|
|