Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 23,2000 PSA#2670

National Archives and Records Administration, Acquisitions Services Division (NAA), 8601 Adelphi Road, Room 3360, College Park, MD 20740-6001

67 -- PHOTOGRAPIC EQUIPMENT AND SUPPLIES SOL NAMA-00-Q-0016 DUE 090600 POC Contract Specialist, Marion N. Bass-Dyer, (301)713-6755, x239, Contracting Officer, Rhonda D. Propst, (301)713-6755, x266 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is NAMA-00-Q-0016 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. This acquisition is a total small business set aside. The applicable SIC code and size standard are 3861 and 500 employees, respectively. The offeror must state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which will be considered by the agency. All quotes must include pricing for each of the CLINS identified below. This requirement is for a vendor to provide duplicate negatives, contact sheets and sleeves for the photographic holdings of the Lyndon Baines Johnson Library located at 2313 Red River Street, Austin, TX 78705-5702. CLINS 0001 -- 0004: Photographs from the Pre-Presidential Collection for the years 1956-1958. CLIN 0001: Provide and sleeve two (2) each, Black & White (B&W), 4" x 5"duplicate negatives from each of 473 prints. Qty. 946 EA. CLIN 0002: Provide and sleeve one (1) each B&W 4" x 5"interpositive from each of 40 original negatives. Qty. 40 EA. CLIN 0003: Provide and sleeve one (1) each 4" x 5"duplicate negatives from CLIN 0002. Qty. 40 EA. CLIN 0004: Provide one (1) each 8 " x 11" contact sheet, with a white space at the bottom, from CLIN 0001, CLIN 0003, and 196 existing negatives in the files, placing both duplicate negatives of an image on a single sheet. Qty. 709 EA. CLINS 0005 -- 0008: Photographs from the Pre-Presidential Collection for the year 1961. CLIN 0005: Provide and sleeve two (2) each B&W 4" x 5"duplicate negatives from each of 1740 prints. Qty. 3480 EA. CLIN 0006: Provide and sleeve one (1) each B&W 4" x 5"interpositive from each of 3 original negatives. Qty. 3 EA. CLIN 0007: Provide and sleeve one (1) 4" x 5"duplicate negative from CLIN 0006. Qty. 3 EA. CLIN 0008: Provide one (1) each 8 " x 11" contact sheet, with a white space at the bottom, from CLIN 0005, CLIN 0007, and 46 existing negatives in the files, placing both duplicate negatives of an image on a single sheet. Qty. 1789 EA. CLINS 0009 -- 0013: 35mm Color Slides from the Pre-Presidential Collection for the year 1961. CLIN 0009: Provide and sleeve one (1) each B&W 4" x 5"duplicate negative from 602 color slides. Qty. 602 EA. CLIN 0010: Provide one (1) each B&W 8 " x 11" contact sheet, with a white space at the bottom, from CLIN 0009. Qty. 602 EA. CLIN 0011: Provide and sleeve one (1) each color 4" x 5"duplicate negative from 602 color slides. Qty. 602 EA. CLIN 0012: Provide one (1) each color 8 " x 11" contact sheet, with a white space at the bottom, from CLIN 0011. Qty.602 EA. CLIN 0013: Provide one (1) each digital scan from 602 color slides at a minimum of 2700 ppi on write-once gold substrate CDs. Qty. 602 EA. All products provided must meet the following specifications and standards: All items produced by the offeror must be of high quality. Interpositives, duplicate negatives, and contact prints must be in sharp focus and must not exhibit any serious flaws (such as scratches, stains, or dust specks) not evident in the original images. Upon inspection of the completed product by the Library staff and the discovery of poor focus or any such flaws, the offeror must re-perform the work for those items not meeting the Library's standards, at no additional costs to the Government. Additionally, all duplicate items must possess a contrast and tonal range very close to that of the original with little or no loss of visual detail in both highlight and shadow areas of the image. In cases where the Library staff determines that the contrast or tonal range of certain original images can be enhanced in the duplicate images, the offeror must make appropriate adjustments such as use of filters, specific film type, custom processing, etc. All photographic materials produced by the offeror must be processed and washed to achieve maximum long-term stability. Additionally, all black and white materials must be treated with protective toning solutions, such as selenium or polysulfide, for maximum permanence. Color contact sheets must be made on paper rated dye-stable of equal or better standard and quality as Fuji Crystal Archive paper. Color image scans must be cleaned and free from all dust, scratches, and any other base-side damage using technology such as Digital Ice . All digital scans must be high-resolution, uncompressed files (2700 ppi minimum) copied on high-quality, write-once gold substrate CDs. After award, the Library will provide to the vendor a CD-ROM containing a database created in Microsoft Access 97. Records in the database will include the following information on all of the items for which the work is to be performed: Folder Number, Item Serial Number, Item Format, Item Size, Color or B/W, whether a contact sheet is to be made, and whether the item is to be copied. The Library will provide printouts, generated from the database, containing information sorted in the following formats: (1) The complete list of items sorted by Folder Number; (2) A list of the negatives to be copied, sorted by Folder Number; (3) A list of the prints to be copied, sorted by item size; (4) A list of negatives needing only contact sheets to be made, sorted by Folder Number; and (5) A list of the slides, sorted by Folder Number. Handling and storage conditions must be suitable for fragile original historical archival materials. The storage room must be free from dust or otherwise contaminated air and temperature and humidity controlled; the temperature must not exceed 75 F with a relative humidity not to exceed 60%. The originals must be safeguarded at all times from destruction, damage, theft, and loss. Duplicate negatives and interpositives must be placed in high-density polyethylene sleeves in individual archival quality acid-free paper envelopes. CDs must be packaged in jewel-box cases. All items provided by the lab must be correctly and legibly labeled, using labels generated from the database supplied by the Library. Prior to shipment to the Library, items of like type must be packaged together. Within these types, items must be arranged in order. The method for shipping of original items to and from the lab will be by an overnight delivery service, as will shipment to the Library of items provided by the offeror, both payable by the offeror. Original items will be packed by the Government in approximately 21 archives manuscript boxes with an average weight of approximately 8 pounds. Upon receipt of original items from the Library, the offeror will sign the receipt provided and promptly return it to the Library. Following the lab work and prior to returning the original items to the Library, the offeror must return them to the containers and specific folders in which they were shipped to the offeror. Folders must be returned in the order in which the offeror originally received them from the Library. Original items must be returned to the Library promptly upon request. Quotations must include solicitation number, discount/payment terms and duration, identification of any special commercial terms, shipping and handling procedures, and must be signed by an authorized company representative. Offerors must provide the information required by the following FAR provisions: 52.212-1, Instructions to Offerors-Commercial Items (Mar 00). If the end product (s) quoted is other than a domestic end product(s) as defined in the clause entitle "Buy American Act -- Supplies," the offeror must so state and must list the country of origin. 52.212-2, Evaluation -Commercial Items (Jan 99) with the following addenda: (1)Related Experience and Past Performance: The Offeror must demonstrate related experience and satisfactory past performance in laboratory preservation and duplication services to include providing the supplies as specified above on at least two (2) projects within the past five (5) years; and (2) Price. Selection of the firm to perform this requirement as specified will be based on NARA's assessment of the best overall value to the Government. The Representations and Certifications required by FAR 52.212-3, "Offeror's Representations and Certifications-Commercial Items (Feb 00) may be obtained via the Internet at www.arnet.gov. The following FAR clauses apply to this solicitation: 52.212-4, Contract Terms and conditions-Commercial Items (May 99), 52.212-5. Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 00) with the following identified clauses incorporated by reference: 11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 12) 52.222-26, Equal Opportunity (Feb 1999), 13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 98), 14) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 98), 15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam (Jan 99), 18)(i) 52.225-3, Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act -- Balance of Payments Program (Feb 00) (ii) Alternate I, 24) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 99). Contact Marion Bass-Dyer, Contract Specialist, 8601 Adelphi Road, Room 3360, College Park, MD, 20740-6001 at (301) 713-6755, x239 for information regarding this RFQ. Quotations must be mailed to the above address or faxed to (301) 713-6910 no later than 2:00 PM EST on September 6, 2000. Questions regarding this acquisition must be submitted in writing no later than 4:30pm EDT August 28, 2000 or faxed to the address and number noted above. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b)). Potential Offerors will be responsible for downloading their own copy of this combined synopsis/solicitation and amendments (if any). ***** Posted 08/21/00 (W-SN488141). (0234)

Loren Data Corp. http://www.ld.com (SYN# 0303 20000823\67-0004.SOL)

67 - Photographic Equipment Index  |  Issue Index |


Created on August 21, 2000 by Loren Data Corp. -- info@ld.com