|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,1997 PSA#1914GSA/FTS/6TS-A, 1500 E. Bannister Road, Kansas City, MO 64131-3088 70 -- GENERAL-PURPOSE AUTOMATED DATA PROCESSING EQUIPMENT (INCLUDING
FIRMWARE), SOFTWARE, SUPPLIES, AND SUPPORT EQUIPMENT SOL
6TSA-97-CSC-0203 DUE 082797 POC Point of Contact -- CONTACT SUE CUMPTON
BY FAX (816)823-3322 E-MAIL: GSA/FTS/6TS-A, Kansas City, MO,
62704710@eln.attmail.com. This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in Federal
Acquisition Regulations document (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. Solicitation number
6TSA-97-CSC-0203 is being issued as a request for proposals (RFP). The
solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular (FAC) 90-46. This
will be awarded on an all or none basis. Contractor shall supply
remanufactured toner cartridges with life long drums for use in Hewlett
Packard Laserjet II, III(SX), 4/4M/5M (EX), 3SI/4SI/4SIMX(NX), 5SI(ZX)
printers. All toner cartridges supplied shall meet original equipment
manufacturer's (OEM) standards of quality, performance and warranty
requirements. Contractor shall dispose/recycle metal, plastic and other
recyclable parts when the cartridge can not longer be recycled in
accordance with EPA requirements. Contractor shall report/bill monthly
the number and cost of recharged cartridges supplied to each address
to which cartridges are delivered. Cartridge shall be disassembled and
all parts, including toner hopper, magnetic roller and blade shall be
cleaned of all residual toner. The drum supplied shall be of the
"long-life" type. Vendor shall provide the original manufacturer and
part number of the drum. The reservoir shall be filled with toner as
follows: Part No. 92295A/EP-S, Toner Type Delecamp, Fill Rate 250
grams. Part # 92298A/EP-E, Graphic Technologies, Fill Rate 340 grams,
Part # 92291A/EP-N, Accutone, Fill Rate 500 grams. Part # C3909A/EP-W,
Static Control, Fill Rate 950 grams. Based on toner types mentioned
above and 5% coverage, minimum print yield shall be as follows: 92295A,
4000 prints. 92298A, 6000 prints. 92291A, 8000 prints. C3909A, 15000
prints. Recovery blade is inspected and replaced on each cartridge as
needed. The cartridge shall be completely disassembled, cleaned and
checked for worn or damaged parts and replace as needed. The cartridge
shall be packaged and sealed in light-sensitive bag meeting or
exceeding OEM standards. Packaging shall be constructed to permit users
to re-package used cartridges for return to vendor, similar to OEM box.
The contractor shall deliver recharged cartridges and pick up empty
cartridges from four or five locations within the Controlled Industrial
Area of Puget Sound Naval Shipyard. Delivery and pickup by third part
(such as UPS) will not be acceptable. Estimated quantities and
deliveries for the first year (subject to change) are as follows:
92295A/EP-S (II,III), 1000 per year, delivery on call basis.
92298A/EP-E (4,4M), 2200 per year, delivery on call basis. 92291A/EP-N
(4SI), 1800 per year, delivery on call basis. C3909A/EP-W (5SI), 400
per year, delivery on call basis. Personnel must be U.S. citizens and
will be subject to a security background check prior to being granted
access to the shipyard. Contractor shall provide a guarantee of
cartridge performance with replacement of cartridges that fail to
perform to their expected lifetime. All cartridge cases shall be
identified by printed label with vendor name and address to ensure
returns of defective cartridges. None of the services required by this
contract shall be subcontracted to or performed by persons other than
the contractor or the contractor's employees without prior written
consent. Delivery (PPP or PPM) is 24 hour response time, 5 days a week,
Monday through Friday, excluding holidays. Minimum 2 hour notification
prior to delivery. Offerer must provide proof of ability to deliver
referenced requirements. Period of Performance is to begin October 1,
1997. Period of performance is 1 year with 2 to 4 option years. FOB
Bremerton WA. The provision at FAR 52.212-1, instructions to offerors,
applies to this acquisition. Evaluation is based on best value, cost,
ability to meet requirements and past performance. Offerors shall
include a completed copy of the provision at FAR 52.212-3, offeror
representation and certification -- commercial items with its offer.
The clause at FAR 52.212-4, contract terms and conditions -- commercial
items applies to this acquisition. In addition to the guidance
contained in FAR 52.212-4, contractors shall submit proof of delivery
with their invoices. Proof of delivery may be in the form of a bill of
lading or other shipping document signed by the receiving office.
Invoices received without proof of delivery will not be accepted. The
clause at FAR 52.212-5, contract terms and conditions required to
implement statutes or executive orders -- commercial items applies to
this acquisition. Offers are due by 4:00 p.m. CST, August 27, 1997, at
the address shown above Attn: Sue Cumpton. Inquiries will only be
accepted by FAX at the number shown above. (AC0819034-04) (0231) Loren Data Corp. http://www.ld.com (SYN# 0366 19970821\70-0012.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|