|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 20,2000 PSA#2625U.S. Department of Justice, Federal Bureau of Investigation, J. Edgar
Hoover Building, Rm 6875, 935 Pennsylvania Ave., N.W., Washington, DC
20535-0001 67 -- DIGITAL COLOR PRINTER WITH ACCESSORIES SOL RFQ#0007960 DUE
063000 POC Angela M. Brown, Contract Specialist, (202) 324-5286 This is
a combined synopsis/solicitation for commerical items prepared in
accordance with the format in Federal Acquisition Regulation (FAR)
Subpart 12.6, as supplemented with additional information included in
this notice. The announcement constitutes the only solicitation;
quotations/bids are being requested and a written solicitation will not
be issued. This solicitation is being issued as a Request for Quotation
(RFQ) #0007960, the provisions and clauses incorporated are those in
effect through Federal Acquisition Circular #97-17. This solicitation
is under the Simplified Acquisition Procedures (SAP) and is a Small
Business-Small Purchase Set-Aside. The Standard Industrial
Classification Code is 3861 and the business size standard is 500
employees. This is a Brand Name or Equal Acquisition. The FBI intends
to purchase the following Sienna Imaging Incorporated, one (1) Mileca
HSP Digital Color Printer Fiber Optic Imaging CRT light source
Resolution up to 500dpi on up 12" wide paper includes two (2)magazines,
holding up to 575 foot rolls, includes Windows NT based server
application software two (2) Net Starter includes 8 port 100Base T
switch; three (3) X-Rite 890 Densitometer; four (4) Job Control Server
for the Mileca HSP; includes a 350 MHz Pentium II, 256 MB Ram, two (2)
3 com PCI 100 BaseT Ethernet adapters, Adaptec 2940U2W Ultra wide SCSI
card, 1.44 MB, 35 inch FDD, 9.1 GB Seagate Cheetah, 10Krpm HD
dedicated to job control, Windows NT4.0 or better, IDE disk drive for
NT system. IDE CD-ROM drive and a S3 Trio 3D AGP video card. In the
event the Contractor offers articles pursuant to the brand name or
equal provision of this solicitation, the Contractor guarantees that
the articles supplied will meet the following salient characteristics:
size -- W 492x D 322 x H 41.752 without canisters, W 582 x D 322 x H
53.52 with canisters; weight 410 lbs.; capable of printing as one
image, files up to 117 megabytes (MB); produces photographic quality
color prints with a resolution of 500 dots per inch (dpi) over the full
width of 12" paper; capable of printing at 250 dpi or 300 dpi; is
capable of printing image files of 4,000 pixels by 5,000 pixels as an
8" x 10" print; capable of exposing 5", 8", 8.5", 11" and 12" wide RA-4
standard color negative paper; can print any length from 10" to cover
6"; produces multiple prints from a single image without having to
reload image data from the source; exposes, at least, 100 8" x 10"
images per hour at 500 dpi, and exposes, at least, 600 8" x 10" images
per hour at 250 or 300 dpi; operates in a typical office environment
in respect to noise, ventilation, lighting and temperature; includes
all required hardware and software to maintain color
control/calibration and generate a test image and calibrate the
printer's exposure system; job control takes several formats including:
JPG, TGA, BMP Kodak Phot CD, Photoshop 3.0 PSD files, and MCA PICT Job
Control converts these file s to the TGA format before submitting them
to Mileca; Is capable of automatically printing text onthe back of each
printed picture, text is provided via a LAN connection and is capable
of printing on the back of each picture with two lines of text, up to
128 alpha numeric characters. -- Delivery is required within 8 weeks
ARO. Delivery is FOB-Destination to Cheverly Industrial Park, 2400
Schuster Drive, Cheverly, MD 20781-1121. To be considered for award,
offers of "equal" products of the brand name manufacturer, must (1)
Meet the salient characteristics specified in this solicitation; (2)
Clearly identify the item by-(i) Brand name, if any; and (ii) Make or
model number; (3) Include descriptive literature such as illustrations,
drawings, or a clear reference to previously furnished descriptive data
or information available to the Contract Specialist; and (4) Clearly
describe any modification the offeror plans to make in a product to
make it conform to the solicitation requirements. Mark any descriptive
material to clearly show the modification. The Contract Specialist
will evaluate "equal" productson the basis of information furnished by
the offeror or identified in the offer and reasonably available to the
Contract Specialist. The Contract Specialist is not responsible for
locating or obtaining any information not identified in the offer.
Unless the offeror clearly indicates in its offer that provide the
brand name product referenced in the solicitation. The government
anticipates award of a contract resulting form this solicitation to the
responsive/responsible offeror whose offer conforms to the solicitation
and is most price advantageous to the government. The Contract
Specialist will make award based on price and price-related factor. All
responsible sources may submit a quote which shall be considered by the
agency. The following FAR clauses and provisions are incorporated by
reference and apply to this acquisition: FAR 52.212-4 Contract Terms
and Conditions-Commerical Items (Mar. 1999). Each offeror shall include
a completed copy of the FAR provisions at 52.212.3- Offeror
Representation and Certifications (Feb 2000) with its offer. The
Contractor shall extend to the Government the full coverage of any
standard commerical warranty is normally offered in a similar
commerical sale, provided such warranty is available at no additional
cost to the Government. All proposals shall be submitted to the address
listed on line number seven no later than 2:00 p.m. EST, 6/30/00. All
proposals shall be clearly marked with RFQ #0007960. All offerors are
hereby notified that if your proposals is not received by the date/time
and at the location specified in this announcement, that it will be
considered late/nonresponsive. The Point of Contact for all information
regarding this acquisition is Ms. Angela M. Brown, Contract Specialist,
at the address and phone number listed above. Proposals can also be
faxed to (202) 324-0570. Award to be made within two (2) week after
closing. Posted 06/16/00 (W-SN465750). (0168) Loren Data Corp. http://www.ld.com (SYN# 0230 20000620\67-0001.SOL)
67 - Photographic Equipment Index Page
|
|