Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 30,1999 PSA#2506

National Park Service, Harpers Ferry Center, Office of Acquisition Management, P.O. Box 50, Taylor Street, Harpers Ferry, West Virginia 25425-0050

70 -- COLOR LASER PRINTERS SOL IB117000024 DUE 013100 POC Beverly Rinaldi-Alt, Contract Specialist, (304) 535-6237 This is a combined synopsis/solicitation for commercial items prepared in accordance wtih the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14, dated November 23, 1999. This solicitation is under the Simplified Acquisition Procedures for Small Business-Small Purchase Set-Aside. Responses are due on or before January 31, 2000. The Standard Industrial Classification is 3577, and the related small business size standard is 1,000 employees. This will be a "Brand Name or Equal" solicitation consisting of three Epson ColorPage 8000 Color Laser Printers. The equipment must meet or exceed the following salient characteristics: 600x600dpi tabloid color laser printers with the ability to produce true 24bit color images; 4ppm color letter size, 2ppm color tabloid; paper size from 4" x 6" to 13" x 19" full bleed; paper tray must have the ability to accept virtually any paper type from coated and uncoated to transparencies and to speciality stocks; compatible stand that includes additional paper trays; color management capabilities including support for ICC profiles, Apple Colorsync and Pantone Spot Color Matching System. Must have the ability to adjust process color (CMYK) for correction, including dot gain; volume requirements of at least 2,000 pages per month and 192MB internal RAM. The Page Description is as follows: Adobe Postscript level 3 with full Adobe Acrobat Portable Document Format (PDF) workflow compatibility; Raster Image Processing (RIP)-While-Print, ability to process and print files simultaneously while driving printer at its maximum rated print speed; Electronics for Imaging (EFI) Fiery Utilities including Fiery Color Calibrator for Complete hardware color control, Fiery Spooler for print spooling and job management, as well as production tracking; 136 Adobe Type 1 Postscript and Fiery WebTools Support with WebInstall, WebLink, WebSpooler and WebStatus. Full compatibility with any web browser. The Networking and External RIP/Server salient characteristics are as follows: 10/100Base T support with Network Connectivity including RJ45, SCSI 2, Parallel, (IEEE 1284) Fire Wire, Serial and Universal Serial Bus (USB). External RIP/Server -- 2.1GB Enhanced Integrated Device (or drive) Electronics (EIDE) Hard Drive; External EFI Fiery RIP CPU at 133MHz. Fiery RipChips control memory, network and print communications; 64MB high speed memory and single PCI slot for future upgrades. Maintenance Agreement and Support -- provide printer installation and staff training. Provide the initial three year maintenance agreement that includes parts, labor and two to eight hours response time for service. After the first three years, the National Park Service would like to have the ability to purchase additional yearly service contracts. (Provide estimates for these additional maintenance agreements). Six-month satisfaction return guarantee with the ability to trade in printer for new equipment for the life of the printer. The above characteristics are intended to be descriptive, but not restrictive. Unless clearly marked that the bidder is bidding on an "equal", the offered item shall be considered as the brand name product referenced in this announcement. If the bidder proposes to furnish an "equal" product, the brand name, if any, of the product to be furnished shall be inserted on the bid. The determination as to equality of the product shall be the responsibility of the National Park Service and will be based on information furnished by the bidder. The National Park Service is not responsible for locating or securing any information that is not identified in the bid and reasonably available to the National Park Service. To insure that sufficient information is available, the bidder must furnish as a part of the bid all descriptive material (such as cuts,illustrations, drawings and other information) necessary for the National Park Service to determine whether the product meets the salient characteristics of the requirement. If the bidder proposes to modify a product so as to make it conform to the requirements of this announcement, he/she shall include a clear description of such proposed modifications and clearly mark any descriptive material to show the proposed modifications. Warranty Period shall be confirmed to be three years after acceptance. Destination -- FOB. Delivery -- 30 days after receipt of award. All bids shall be submitted to the address listed above, no later than 4:00p.m., EST, January 31, 2000, and be clearly marked IB117000024. The point of contact for all information is Beverly Rinaldi-Alt, Contract Specialist, at the address and phone number listed above. The following clauses and provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1, Instructions to Offerors -- Commercial Items; FAR provision 52.212-2, Evaluation -- Commercial Items; FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items; FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; FAR provision 52.214-1, Solicitation Definitions -- Sealed Bidding; FAR provision 52.214-3, Amendments to Invitations for Bids; FAR provision 52.214-4, False Statements in Bids; FAR provision 52.214-5, Submission of Bids; FAR provision 52.214-6, Explanation to Prospective Bidders; FAR provision 52.214-7, Late Submissions, Modifications, and Withdrawals of Bids, FAR provision 52.214-10, Contract Award -- Sealed Bidding; FAR provision 52.214-15, Period for Acceptance of Bids; FAR provision 52.214-21, Descriptive Literature. The National Park Service will award to the responsible bidder whose bid conforming to this solicitation will be most advantageous to the National Park Service, price and other factors considered. Bidders will be evaluated in accordance with FAR provision 52.212-2, Evaluation -- Commercial Items. The following factors shall be used to evaluate bids: the ability to meet the technical capability and price, in descending order of importance. All bidders shall submit the following: Price per unit for three Epson ColorPage 8000 Color Laser Printers or equal; pricing for additional yearly service contracts; technical description and/or product literature; description of warranty; and a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. All bids shall be sent to the National Park Service; Harpers Ferry Center; Office of Acquisition Management; Attention Beverly Rinaldi-Alt, Contract Specialist; IB117000024, P.O. Box 50; Taylor Street; Harpers Ferry, West Virginia 25425-0050. Faxed bids will not be accepted. Posted 12/28/99 (W-SN411758). (0362)

Loren Data Corp. http://www.ld.com (SYN# 0137 19991230\70-0002.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page