SOLICITATION NOTICE
R -- Photo Duplication Services
- Notice Date
- 8/19/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541490
— Other Specialized Design Services
- Contracting Office
- National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3360, College Park, MD, 20740-6001
- ZIP Code
- 20740-6001
- Solicitation Number
- NAMA-04-Q-0042
- Response Due
- 9/2/2004
- Point of Contact
- Marty Cruz, Contract Specilaist, Phone 301-837-1633, Fax 301-837-3227, - LaToshia Madden, Contract Specialist, Phone (301) 837-0307, Fax (301) 837-3227,
- E-Mail Address
-
narciso.cruz@nara.gov, latoshia.madden@nara.gov
- Description
- This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; firm-fixed price proposals are being requested and a written solicitation will not be issued. The solicitation number is NAMA-04-Q-0042 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-24 effective 19 Jul 2004. This is a 100% small business set-aside under NAICS 541922 with a size standard of $6 million. The Government reserves the right to make an award on the initial quote without discussions of this procurement. Award will be based on a best value determination, price and other factors considered. Other factors for award include past performance and a responsible Offeror?s ability to meet the salient functional and technical requirements as listed below for the creation of color transparency copies of archived National Archives and Records Administration (NARA) photographic records. REQUIREMENTS: (Note: The following is an edited version of the requirement. In order to submit a proposal, you will need to contact the person(s) listed below for the entire requirement.) The contractor shall provide two (2) 4?x5? color copy transparencies of archival quality and one (1) 8?x10? reference copy color print of archival quality from 752 original color prints of varying sizes (sizes cited below). Each print is a valuable and unique archival record of NARA. All transparencies, reference prints and original color prints are to be sleeved in archival quality holders. All transparencies and reference prints produced are to be labeled verbatim with information found on the original print. The contractor shall perform all labor and be responsible for the acquisition or purchase of all necessary equipment and supplies, except those specified in this contract as being provided by the National Archives and Records Administration (NARA) Sizes of original prints: 4?x5? or smaller (320 items);5?x7? (203 items); 8?x10? (175 items); 11?x14? (54 items). Shipping costs between NARA and contractor will be paid for separately and should not be incorporated into the contractor?s offer under this proposal. The contractor shall identify the type of film to be used. Film type should be continuous-tone, fine-grain, high-resolution, high-acutance, 7-mil polyester-based sheet film, with reasonable tonable scale of contrast; like Ilford Delta 100 or equivalent. Proposed film must be approved prior to beginning production. The contractor shall identify how they are going to process the prints, i.e., type of processor and chemicals that will be used. The image of the original prints shall be maximized within the 4?x5? or 8?x10? frame; no cropping is allowed. The Kodak Q-13 or Q-14 Gray Scale, or equivalent, shall be included. Photographic duplication specifications identified in the following publication may also be used as a reference by the offeror: ?Copying and Duplicating: Photographic and Digital Imaging Techniques? (by KODAK). For purposes of this contract, the only key personnel role is that of the project manager. The contractor's project manager or designated alternate shall have full authority to represent the contractor in all matters regarding the contract. The project manager/designated alternate shall be available within a period of 24 hours after receipt of notification (telephone, fax, or in writing) from NARA to discuss any technical or contractual matter. A quality control program peculiar to this contract shall be initiated, documented, and maintained throughout the life of this contract. The Quality Control Plan shall address all specification and reporting requirements associated with each phase of contract performance beginning with receipt of the original documents through delivery and approval (acceptance) by NARA. The contractor shall be responsible for performing all inspections or evaluations of the quality of all transparencies and prints during production to ensure the quality of the transparencies and prints. Inspection equipment shall be of appropriate quality, accuracy, and quantity to ensure that all requirements of this contract are met. The program shall also include procedures addressing the packaging/marking requirements and delivery requirements. Vendor must accept credit card or direct deposit for payment via electronic funds transfer. Offeror?s price proposal shall be based on the cost to deliver all products no later than May 1, 2005 utilizing the following structure: CLIN 0001 ( All 4?x 5? Color Copy Transparencies of archival quality) and CLIN 0002 ( All 8?x10? reference copy color prints of archival quality). The following clauses and provisions are incorporated and are to remain in full force in any resultant fixed price purchase order: FAR Clause 52.212-1, Instructions to Offerors?Commercial Items (Jan 2004); each offeror shall include a completed copy of the provisions at FAR clause 52.212-3, Offeror Representations and Certifications?Commercial Items (May 2004), with the quotation. A copy of the provisions can be found at http://www.arnet.gov/far/; FAR 52.212-4, Contract Terms and Conditions?Commercial Terms (Oct 2003); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (June 2004). Paragraph (b) of this clause incorporates by reference the following FAR clauses: 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration, 52.232-36 Payment by Third Party, and 52.233-3 Protest After Award. Five copies of each proposal must be mailed to National Archives and Records Administration (NARA), Attention: Narciso Cruz, 8601 Adelphi Road, Room 3360, College Park, MD 20740-6001, by 3:00 PM MT on September 2, 2004. Additionally, the detailed price proposal may also be e-mailed to: narciso.cruz@nara.gov and latoshia.madden@nara.gov. For a complete copy of the requirement e-mail both Narciso Cruz and Latoshia Madden (latoshia.madden@nara.gov). Telephonic responses will not be processed.
- Record
- SN00647849-W 20040821/040819213050 (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 |