Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 1, 2000 PSA #2677
SOLICITATIONS

35 -- CHECK PROCESSORS

Notice Date
August 30, 2000
Contracting Office
Department of the Treasury, Financial Management Service (FMS), Acquisition Management Division, 401 14th Street, S.W., Room 454D, Washington, DC, 20227
ZIP Code
20227
Solicitation Number
FHQ00R00639
Response Due
September 8, 2000
Point of Contact
Pamela Seasonwein, Contract Specialist, Phone (202) 874-6728, Fax (202) 874-7275, Email pamela.seasonwein@fms.sprint.com
E-Mail Address
Pamela Seasonwein (pamela.seasonwein@fms.sprint.com)
Description
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 will not be issued. Solicitation No. FHQ00R00639 is being issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. The Standard Industrial Classification code is 3579 with a corresponding size standard of 500. The Department of the Treasury, 401 14th Street, SW, Washington, DC, 20227, intends to award a contract, utilizing simplified acquisition procedures and provisions and clauses for Commercial Items for the acquisition of check processing equipment. FAR 52.212-1, Instructions to Offerors-Commercial applies to this acquisition; FAR 52.212-2, Evaluation-Commercial Items is hereby incorporated by reference. The government will award a commercial item contract using simplified acquisition procedures to the responsible offeror whose offer is most advantageous to the government. The offers will be evaluated on the basis of system requirement supportability, past performance, and price. FAR 212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. The clauses may be viewed at http://www.arnet.gov/far. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this solicitation. Interested offerors are required to contact the point of contact (POC) for full text clauses, past performance surveys, and ACH form. Offers are to be received no later than 10am, September 8, 2000. Responses must be in writing and must be received by the due date and time. Interested vendors who can meet the above requirements should submit technical and price proposals to Pam Seasonwein. FAX (202) 874-7275. Email address: pamela.seasonwein@fms.treas.gov. Item description: CLIN 0001- one (1) check processor for Philadelphia Financial Center (PFC), unit price________; CLIN 0002- one (1) check processor for Austin Financial Center (AFC), unit price________; total price__________. Description of the requirement: C.1 GENERAL a. The purpose of this solicitation is to obtain check processing equipment, one each for the Philadelphia Financial Center (PFC) and the Austin Financial Center (AFC). The check processors shall have the ability to capture check issue information, printed in the form of MICR characters. The check is 3-1/4"x7-3/8" on paper that is .005 inches thick. The MICR E-13B line extends across the bottom of the check and is 5/8" up from the bottom edge. b. Each check processor must have the ability to encode a MICR line on a paper check or batch/header document. This will be a very small monthly volume (no more than 100 per month). c. Each check processor must have the ability to chronologically number each check as it passed through the system. C.2 EXISTING FACILITIES a. Floor plan: N/A b. Space available: The Government will provide space for each check processor in a normal office environment. c. Power supply system: The power supply will be supplied by the Government. The contractor shall furnish equipment that successfully and reliable operates on electrical power provided by the Government. The equipment must operate with power requirements of 120/208 volts AC (+10%, -15%) or 220/240V at 30 amps. This will not be evaluated, however, the Government prefers 120/208 volts AC (+10%, -15%). d. Air conditioning: All products shall be capable of successfully operating within a temperature range of 55 degrees to 95 degrees Fahrenheit. The areas in which the equipment will be placed are normally air-conditioned. C.3 MANDATORY SPECIFICATIONS, HARDWARE a. The check processors must capture data from one to four MICR fields (up to 34 MICR characters) in a single pass at a minimum speed of 180 documents per minute. b. Each check processor must have a CPU with sufficient memory to execute all operating, application and utility programs, and all other functional tasks of the system. c. Each check processor must have, as a peripheral, a line printer with a minimum printing speed of 300 lines per minute. A stand and a soundproofing cover for the printer must be provided as well as a tractor to accommodate continuous form-fed paper, with carbons, of 15" in width. The stand must be at least 2 feet, inches in height. The printer will be used primarily to print a simple end-of-run summary and to print error messages, if applicable. It also may rarely be used to perform a dump of captured check information. The vendor will be required, under instruction, and in cooperation with the Financial Management Service, to produce the reports according to formats provided by the Financial Management Service. Exact report formats will be provided by FMS at vendor's request. d. Each check processor must have a CRT video display with operator controlled keyboard for on-line entry of non-recognized characters and control of program operations. e. Each check processor must have an in-put hopper with a minimum capacity of 1,400 documents. f. Each check processor must have the capability to upload data files from internal storage to a Local Area Network (LAN). Current network configuration is 10baseT Ethernet consisting of NT file servers. This process would allow the check scanning equipment to appear as a node on the NT network from which data files can be retrieved on an ad hoc basis from other workstations. C.4 MANDATORY SPECIFICATIONS, SOFTWARE The capability for MICR character data capture from paper checks shall be developed and provided by the contractor within 60 days after award. The attached Tape/Card Record Layout Sheets provide tape formats. Operating software, including those routines that interface directly with hardware, peripheral devices, applications and utility programs, will be developed and provided by the contractor. C.5 OPTIONAL DESIRED FEATURES a. Ability to sort checks. b. Six pockets with a minimum capacity of 400 documents each per pocket. C.6 RESPONSIBILITIES OF THE GOVERNMENT a. Government personnel shall not perform maintenance or attempt repairs to equipment unless agreed to by the Contractor. b. Contractor sponsored alterations or attachments to equipment or software shall be made with the consent of the Government. C.7 TRAINING a. The Contractor shall provide lectures and hands-on exercises describing how to operate and use each check processor. One session is to be conducted at both PFC and AFC. Training shall be provided by contractor personnel and coordinated with the FMS technical point of contact. b. Prior to training, an overview of the training must be presented to Regional Financial Center (RFC) personnel. c. The estimated number of RFC personnel is five (5) per machine at each of the designated RFC's. d. Training must include maintenance not provided by the Contractor. e. If modifications are made to equipment or software, the Contractor must provide training to Regional Financial Center personnel if operator duties have changed due to the nature of the modifications. C.8 MANUAL AND PUBLICATIONS REQUIREMENTS a. The Contractor shall provide two copies, per check processor, and one full set to Headquarters of: (1) A complete set of documentation describing the hardware and software in detail. (2) System Operator Manual. (3) Daily maintenance procedures not performed by the Contractor. (4) Training course certificates and reports for those Government employees trained on the check processors. C.9 DELIVERY/INSTALLATION SITES One check processor shall be delivered to each of the following sites: Philadelphia Financial Center, 13000 Townsend Road, Philadelphia, PA 19154 Austin Financial Center, 1619 E. Woodward Street, Austin, TX, 78741
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=FHQ00R00639&LocID=1763)
Record
Loren Data Corp. 20000901/35SOL001.HTM (D-243 SN491906)

35 - Service and Trade Equipment Index  |  Issue Index |
Created on August 31, 2000 by Loren Data Corp. -- info@ld.com