Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2002 FBO #0209
SOLICITATION NOTICE

36 -- Color Digital Press System

Notice Date
6/27/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Railroad Retirement Board, Bureau of Supply and Service, Purchasing Division, 844 North Rush Street, 9th Floor NE, Chicago, IL, 60611-2092
 
ZIP Code
60611-2092
 
Solicitation Number
RFQ2002-C-21
 
Response Due
7/19/2002
 
Archive Date
8/3/2002
 
Point of Contact
Velinda Nix, Contract Specialist, Phone (312) 751-3387, Fax (312) 751-4923,
 
E-Mail Address
morganve@rrb.gov
 
Description
Descrpition: I. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. This solicitation is issued as Request for Quotations (RFQ) 2002-C-21. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular number 97-21. This solicitation is not a small business set-aside. 1. The U.S. Railroad Retirement Board (RRB), an independent Federal Government agency, headquarters located: 844 North Rush Street, Chicago, IL 60611-2092, intends to procure a color digital press system. II. SCHEDULE OF SERVICES A. The contractor shall provide firm-fixed prices for the three procurement option below for the color digital press system and services specified in section III: CLIN Description ____ QTY Unit Price 001 Purchase Offer 001AA Color digital press system 1 EA $ (See Section IIIA) 001AB Maintenance (per II.B.) 12 mo $_________ 001AC Trade-In Allowance (per II.C.) $_________ 001AD Training (per II.D.) 1 LOT $ ________ 002 Rental Offer 002AA Color digital press system 12 MO $ (See Section II.A.) 002AB Maintenance (per II.B.) 12 mo $_________ 002AC Trade-In Allowance(per II.C.) $_________ 002AD Training (per II.D.) 1 LOT $ ________ 003 Lease * With Option to Purchase Offer (LWOP) 003AA Color digital press system 12 mo $ (See Section II.A.) 003AB Maintenance (per II.B.) 12 mo $_________ 003AC Trade-In Allowance (per II.C.) $_________ 003AD Training (per II.D.) 1 LOT $ ________ * Lease Period - ___________________ Number of months - ______ * Purchase Option Price at the end of Lease period: $_______ III. Statement of Work Minimum Equipment /Program Requirements for Two Color Digital Press 1. Digital press shall have the manufacturer?s serial number, manufacturer?s name and/or trademark, and model number permanently and legibly affixed on a major component in a readily accessible location. 2. An operator?s manual shall be furnished with the digital press. Manuals permanently affixed to equipment are acceptable in lieu of manuals furnished separately from equipment. 3. Digital press shall feature a definite indicator of when the equipment is energized. This may be either a special ?power on? light or an appropriate indicator on the control panel or display monitor. 4. Digital press shall be capable of supporting Client Environments of Windows 95, Windows 98, Windows NT and Windows 2000 and MAC OS. 5. Digital press shall have a self-diagnostic, on-line system which displays understandable operator messages for the following conditions; a) needs ink; (b) needs paper; (c) replace master; and (d) paper mis-feed or jam. 6. Digital press shall have a minimum output quality of 600 x 600 dpi. 7. Digital press shall have a minimum copy speed of 80 letter size (8.5? x 11?) copies per minute. 8. Digital press shall be capable of reliability producing a minimum of 150,000 color copies per month. 9. Digital press shall be equipped as follows: Direct Touch-Control Display; Tone Curve Adjustment; Print Speed/Density Control; Automatic/Manual Scanning Contrast Adjustment; Photo Enhancement; Duo Processing; Bound Document Processing; Confidential Mode; Energy Saving Mode; Job Memory Mode; Master Renewal; Multi-up Printing (2-,4-,8-,16-up, 4 tickets); Programmed Printing; Double Feed Check Status Control; Paper Size Detention; and Document Storage Card (32MB). 10. Digital press shall be able to handle paper sizes from 3.9? x 5/8? to 13? x 17.3? 11. Digital press shall have an image area of 11.8? x 16.8?. 12. Digital press shall have a paper capacity of 1,000 sheets in the feed tray and receive tray. 13. Digital press shall be capable of running paper stock weights from 20 to 110 lbs. 14. Digital press shall perform satisfactorily at any temperature between 50 and 90 degrees Fahrenheit. The digital press shall perform satisfactorily at any humidity between 15 and 85 percent. Desired Equipment Capabilities: 1. Digital press shall be equipped with an Automatic Document Feeder (ADF) capable of feeding up to 50 sheets of 8.5? x 11? 20 lbs. paper. 2. Digital press shall have a copy speed of 100+ letter size (8.5? x 11?) copies per minute. 3. Digital press shall be equipped with four (4) preset reductions and four (4) preset enlargements. 4. Digital copier shall be equipped with a zoom/reduction function scalable in 1% increments. Minimum Requirements for System Controller: 1. System controller shall be compatible with digital press specifications. 2. System controller shall have a minimum processing speed of 266MHz (Pentium II equivalent). 3. System controller available PDL shall be Adobe Postscript 3. 4. System controller shall be compatible with Windows 95/98/ME, Windows NT 4.0, Windows 2000, and MAC OS 8.6 ? 9.1. 5. System controller memory shall be a minimum of 32 MB expandable up to 256MB. 6. System controller minimum output resolution shall be 600 x 600. 7. System controller available network protocol shall be Phase 2 Apple Ether Talk, TCP/IP, NetBios over TCP/IP, LPR, SNMP, SMTP, HTTP. 8. System controller available input port shall be parallel (EEE 1284), Ethernet (10 BaseT/100Base-T), or serial (RS-232). B. Delivery and Installation Time The offeror certifies that it can furnish, install, configure, have mailing system fully operational, and train RRB users within _______ calendar days of receipt of order (Maximum of 30 days). RRB prefers a delivery time of within 10 calendar days of receipt of order and will give consideration in evaluation. C. CONTRACTOR INFORMATION 1) Order address 2) Business Size (Large, Small, Other) Please circle below as applicable to your company - Woman-Owned - Small Disadvantaged (SDB) - Veteran-Owned - Section 8(a) SDB - Service-disabled Veteran-Owned 3) Federal Tax Id # - 4) DUNS No. - 5) Remit Address 6) GSA IT MAS contract number ____________________ Please attach (or E-mail) a copy Effective dates _________ - ___________ 7) Authorized representatives: Business Technical Name Phone Fax E-mail B. Maintenance 1. The contractor shall provide maintenance service in accordance with the accepted commercial practice with respect to all machines furnished under this contract. Such services shall include all parts and labor required to sustain the equipment working in accordance with the original equipment manufacturer?s (OEM) standards. 2. Maintenance service shall not include electrical work external to the equipment; repair of damage resulting from RRB precipitated accident, neglect, or misuse; repair of damage resulting from failure of electrical power, air conditioning or humidity control. 3. The principal period of maintenance service shall be 7:00am through 5:00pm, Monday through Friday, except Federal holidays. 4. The contractor shall provide the RRB with a designated point of contact and shall ensure that its maintenance representative(s) promptly receive the Board?s request for remedial service by providing a local or toll-free telephone number, answering machine or pager service during the principal period of maintenance service. 5. The contractor shall respond to a service call placed by the Board within 4 business hours after initial notification to effect the repair of any malfunctioning or otherwise inoperable machine. 6. If the digital press cannot be repaired or made operable within five (5) working days (40 business hours) after initial notification by the Board, the contractor shall provide and install, upon written request from the Board, a replacement digital press of equal or greater capability at no additional cost to the government. 7. The contractor shall provide a sufficient number of personnel who have the technical resources and ability to diagnose and correct complicated and/or intermittent problems involving all components under this contract. The contractor shall ensure that all contractor personnel conduct themselves in a courteous, professional manner. All preventive and remedial service shall be performed by fully trained and experienced repair technicians. The technicians must be trained on the specified components supplied by the contractor. The contractor shall ensure that all repair technicians receive formal and hands-on-training on a continuing basis to ensure that they have current knowledge of all installed components. The contractor shall provide OEM certification for all personnel employed under this contract. C. Trade-in of Government Owned Equipment The contractor shall accept for trade-in and remove from the premises (844 North Rush Street, Chicago, Illinois) Government owned color digital press system listed below. The contractor shall minimize disruption of service by removing the Government-owned equipment after the replacement equipment furnished hereunder is delivered, installed, configured and accepted by the RRB as fully functional. The Contractor shall provide a trade in allowance in section II for this equipment for each alternate offer. D. Training The contractor shall provide comprehensive mail processing training for Board employees designated as key operators. Classroom training, if available, or on-the-job training shall be provided for each system. The training should be sufficient to ensure that the key operators have a thorough working knowledge in the operation of each system and all built-in and/or attached accessories. After the initial training has been completed, the contractor shall also provide the RRB with a telephone number and a name of a person to act as a help source, answering equipment related questions and/or problems. E. Demonstration of Functionality The contractor shall make available a demonstration of the functionality of the proposed equipment before contract award. The COTR will schedule an appointment with the contractor. IV. Submission of Proposals A. Proposals shall have the following 1. Business and price proposal(s) (a) SF1449 completed including signature (2 originals) (b) Price offers for purchase, rental and lease completed in Section II.A. (c) Delivery and Installation Time in section II.B. (d) Contractor information in section II.C. (e) A hard copy or email copy of GSA contract if applicable. 2. Technical Proposal the offeror shall provide the following information regarding their offered system. The Offeror shall submit four (4) copies of the technical proposal. a. Equipment Offered: The offeror shall fully and clearly address each mandatory factor in sufficient detail so that the RRB?s technical evaluation panel can identify and comprehend the capability and resources the offeror intends to bring to this procurement for its minimum requirements. (See Section III) The offeror shall provide a narrative detailing how your product and services meets and/or exceeds the RRB?s minimum requirements. The offeror shall furnish technical data (e.g. brochures, manuals or specification sheets) with their proposal, which will enable the RRB?s evaluators to verify the offeror?s submission. The offeror shall not substitute brochures, manuals or specification sheets in lieu of descriptive narrative. b. Implementation plan. The offeror shall provide a timeline and implementation plan showing the amount of days needed to complete the product installation, testing, and training. The offer should supply a timeline and descriptions of the proposed phases. c. Training. The offeror shall provide a list of proposed project team members who will train the RRB personnel, their levels of education (e.g. bachelor?s degree or higher), years of experience with password management systems, and any technical certifications. d. Quality of Staff - The offeror shall provide a list of proposed project team members who will train the RRB personnel, their levels of education (e.g. bachelor?s degree or higher), years of experience with password management systems, and any technical certifications. e. Past Performance information (including three (3) references with phone numbers, addresses and points of contact) describing the experience required in Section III. IV. Evaluation of Offers A. Each offeror?s three alternate price offers shall be evaluated on a net present value basis including all sub line items. B. The overall offer shall be evaluated on a Best Value basis with a technical to price ratio of 2:1. C. The technical proposals will be evaluated against the following criteria in order of importance: 1. System specified meets the RRB?s minimum requirements as stated in Part II, Section A. Consideration will be given if offer exceeds the minimum requirements specified. 2. Offeror meets the minimum maintenance requirement to respond to a service call placed by a designated Board official within 4 hours after the initial notification to effect repair of any malfunctioning or otherwise inoperable machine. Consideration will be given if response time stated is less than 4 hours. 3. Offer will provide at least three past performance references currently using the color digital press system offered the RRB. 4. Consideration will be given if offered delivery time for the equipment is less than the maximum specified in Part I, Section B. FAR provision 52.212-3 must be completed and submitted with the offer. FAR clauses 52.212-4, Contract Terms and Conditions ? Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items apply to this solicitation. In accordance with FAR 52.212-5, the following clauses are hereby incorporated by reference in paragraph (b): 52.203-10 Price or Fee Adjustment for Illegal Improper Activity; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). VI. RESPONSE TIME IS TWENTY-ONE (21) CALENDAR DAYS AFTER DATE OF THIS PUBLIATION FOR SUBMISSION OF PROPOSALS. Mark outside of the envelope ?RFQ2002-C-21 Enclosed? and offeror?s name and address. Address package to: U.S. Railroad Retirement Board, Purchasing Division, 844 North Rush Street, Chicago, IL 60611-2092. The RRB will not accept proposals submitted by facsimile or email. Any further questions regarding this RFQ must be in writing on company letterhead and sent or faxed to Ms. Velinda Nix of RRB Purchasing Division at 312/751-4923(fax). The RRB will not send an acknowledgement of receipt of any firm?s submission.*****
 
Place of Performance
Address: U.S. Railroad Retirement Board, 844 North Rush Street, Chicago, IL 60611
Zip Code: 60611
 
Record
SN00101053-W 20020629/020627213449 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.