COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7, 2001 PSA #2909
SOLICITATIONS
70 -- ROLL SYSTEM PRINTER
- Notice Date
- August 3, 2001
- Contracting Office
- Document and Automation Production Services, 5450 Carlise Pike, PO Box 2020, Bldg 09, Mechanicsburg, PA 17055-0788
- ZIP Code
- 17055-0788
- Solicitation Number
- SA7065-01-Q-0048
- Response Due
- August 31, 2001
- Point of Contact
- Ms. Cheryl Hurst, (360)-315-4007
- E-Mail Address
- Roll system printer (churst@daps.dla.mil or dvaltinson@daps.dla.mil)
- 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. Quotes are being requested and a written solicitation will not be issued. The solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 97-27, and Defense Acquisition Circular 91-13. This procurement is being conducted under Simplified Acquisition Procedures (SAP) as a Request for Quotation No. SA7065-01-Q-0048. The requirement, for the DAPS Aurora, Colorado location, is for the purchase of one Roll System Printer capable of receiving electronic files in IBM Compatibility Mode Data (C-Mode) via the main mainframe and channel switch and outputting on to continuous feed paper. Reprogramming the already established print files to accommodate newer printers is not an acceptable solution. The Unit needs to operate with a Roll System Inc. Roll to Fold Unit, model #800027-3 and a Roll Systems Inc. Unwinder, model #800019-57. Both units are installed and owned by the agency. The unit needs to handle approximately 700,000 linear feet a month. Typical roll size installed is 6200 sheets x 12-in width. System must be capable of the following parameters: a minimum of 240 x 240 dpi and a minimum of 135 pages per minute letter size in landscape format. Delivery shall be 30 days after receipt of order. Place of delivery and acceptance is DAPS, 6310 Salida Way, Suite A-1, Aurora, CO 80011-7811 (FOB-Destination). The equipment, which this unit must be compatible with, is available for inspection at 6310 Salida Way, Suite A-1, Aurora, CO on Aug 3- 23 between the hours of 10:00 am until 12:00 noon. For admission to the facility, contact Daral Valtinson 303-340-2290 Ext. 302. Offeror must provide, with their quote, descriptive brochures/literature of the items being offered. The descriptive technical literature submitted needs to clearly communicate the offeror's understanding and compliance with the minimum requirements set forth above. Discussions may or may not be held with offerors; therefore, each offeror's initial proposal should be complete and accurate. Contractor shall provide all materials, labor, and transportation necessary to complete this service, including installation. Offerors must provide warranty information specific to all equipment. The following provisions and clauses can be viewed through Internet access at the GSA FAR Site, http://www.arnet.gov/far/. The solicitation provision at FAR 52.252-1, Instructions to Offerors- Commercial Items (OCT 2000) is incorporated by reference with the following: technical description of the items being offered in sufficient detail to evaluate compliance with the requirements of the solicitation (i.e. product literature), the terms of any expressed warranty, price and any discounts, and delivery times. Award will be made to the offeror whose proposal represents the lowest cost to the Government and whose proposed product is technically acceptable to the Government. Offers must include, with their quote, a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (MAY 2001), and a completed copy of the Trade Agreements Certificate at DFARS 252.225-7020. FAR 52.212-4, Contract Terms and Conditions -- Commercial items (MAY 2001), is hereby incorporated by reference and will apply o any resultant contract. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2001) is hereby incorporated by reference. The following clauses from paragraph (b) also apply to this solicitation and any resultant contract: (b) (11) 52.222-21 Prohibition of Segregated Facilities (FEB 1999); (b)(12) 52.222-26 Equal Opportunity (E.O. 11246); (b)(13) 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (b)(14) 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (b)(15) 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (b)(16) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); (b)(24) 52.232-33 Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332). The clause at 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial items (DEC 2000) is incorporated by reference. The following clause applies to this solicitation and any resulting contract: (a) DFARS 252.225-7021 Trade Agreements (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). The provision at DFARS 252.204-7004 Required Central Contractor Registration (MAR 2000) is incorporated by reference. Prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423. Confirmation of CCR registration must be obtained before award can be made. The DLAD provisions at 52.233-9000 Agency Protests (SEP 1999) -- DLAD and 52.233-9001 DISPUTES: Agreement To Use Alternative Dispute Resolution (JUN 2001) -- DLAD, and the clause at 52.212-9000 Changes -- Military Readiness (MAR 2001) -- DLAD are incorporated by reference and apply to this solicitation and any resulting contract. They are available at http://www.dla.mil/j-3/j-336/logisticspolicy/rev5.htm Quotes should reference RFQ No. SA7065-01-Q-0048. Offers must be sent in writing/fax to the Contracting Officer, Ms. Cheryl Hurst, no later than 4:00 P.M. on Aug 31, 2001 to 1100 Hunley Road, Suite 108, Silverdale, WA 98315 ATTN: Cheryl Hurst. Technical acceptability will be determined by conformance to the stated dimensions, quality assurance, delivery schedule, and warranty. It is critical that quotes provide adequate detail to allow evaluation.
- Record
- Loren Data Corp. 20010807/70SOL012.HTM (W-215 SN50T8W0)
| 70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index
|
Issue Index |
Created on August 3, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|