|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1998 PSA#2160Department of the Interior, Minerals Management Service, Procurement
Operations Branch, MS2500, 381 Elden Street, Herndon, Virginia
20170-4817 M -- MANAGEMENT AND OPERATION OF A REPRODUCTION COPY CENTER SOL 30953
DUE 090498 POC Wallace O. Adcox, (703) 787-1362 WEB: Agency homepage.
Contains general information about, http://www.mms.gov. E-MAIL:
Contracting Officer's E-mail Address, wallace.adcox@mms.gov. This
notice is a combined synopsis/solicitation for commercial items
prepared in accordance with the format in Federal Acquisition
Regulation Subpart 12.6, as supplemented with additional information
included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY
SOLICITATION; OFFERS ARE BEING REQUESTED AND A WRITTEN SOLICITATION
WILL NOT BE ISSUED. Contract period is for a base period of one year
beginning October 1, 1998 through September 30, 1999. The Government
reserves the right to unilaterally extend the period of contract
performance in accordance with FAR 52.217-9, "Option to Extend the Term
of the Contract -- Services". Four Option Years are planned as follows:
Option Year 1: October 1, 1999 -- September 30, 2000; Option Year 2:
October 1, 2000 -- September 30, 2001; Option Year 3: October 1, 2001
-- September 30, 2002; and Option Year 4: October 1, 2002 -- September
30, 2003. SCOPE: The Contractor shall provide personnel, equipment,
maintenance, materials (including paper), parts, and supplies for the
management of a reproduction center for the Minerals Management Service
(MMS) located at 1201 Elmwood Park Boulevard, Harahan, Louisiana 70123,
on the tenth floor of the building in approximately 1,800 square feet
of space. The Contractor shall also provide a back-up facility. ON
SITE: Work includes one-sided and two-sided copying, transparencies,
volume material, bound material, copying on engineering equipment,
shredding of proprietary data, folding, trimming, laminating, stapling,
inserting slip sheets, and attaching and binding cover stock (GBC and
Velo) to printed materials. The finished work includes copies of maps,
well logs, blueline, blacklines, and engineering drawings. ON SITE
EQUIPMENT: MMS Reproduction Center has a mix of Contractor-furnished
and Government-furnished equipment (GFE). The Contractor shall operate
all equipment in the Reproduction Center. GFE includes: 1) Two General
Binding Corporation electric binding machines; 2) Two General Binding
Corporation electric punches; 3) General Binding Corporation shredder;
4) Carousel for stacking jobs. DETAILED DESCRIPTION OF THE WORK TO BE
PERFORMED: ON SITE -- 1. OPERATE THE CENTER FROM 7:00 A.M. TO 5:00
P.M., MONDAY THROUGH FRIDAY, EXCLUDING ALL FEDERAL HOLIDAYS, AND OTHER
OFFICIALLY DECLARED NON-WORKDAYS. The Contractor shall staff the
center with at least two full-time employees at all times. On-site
personnel may not leave MMS'premises without permission from the COTR.
2. PROVIDE AT LEAST THREE COPIERS ON-SITE: TWO HIGH VOLUME AND ONE LOW
VOLUME that meet or exceed the specifications listed below. GUARANTEED
COMBINED MINIMUM: 2,200,000; MAXIMUM -- 6,000,000 acceptable copies
per year. THE TWO HIGH VOLUME MACHINES must equal or exceed the
performance of a Cannon 6085 copier. THE SMALL VOLUME (WALK-UP) COPIER
must equal or exceed the performance of a Selex -- 2580 copier. 3.
PROVIDE ONE COLOR COPIER: GUARANTEED MINIMUM -- 5,000; MAXIMUM --
15,000 acceptable copies per year. The color copier must meet or exceed
the performance of a Cannon 800S Color Laser Copier. 4. PROVIDE AN
ENGINEERING PRINTER. GUARANTEED MINIMUM -- 30,000 linear feet; MAXIMUM
-- 100,000 linear feet. The engineering printer must equal or exceed
the performance of a Daito SZ-920. 5. OPERATE A GENERAL BINDING
CORPORATION (GBC) SHREDDER (GFE) TO DESTROY UNSATISFACTORY COPIES AND
UNEEDED DATA. 6. OPERATE A LAMINATOR (GFE) sealing up to 11" x 17"
documents in 1.5, 3, and 5 mil laminate. 7. OPERATE AUXILIARY EQUIPMENT
NECESSARY TO PRODUCE FINISHED WORK, i.e., sorter, light and heavy duty
staplers, binders, punches, and folding equipment. 8. PROCESS JOBS ON
A FIRST-COME, FIRST-SERVED BASIS, UNLESS THE COTR CHANGES PRIORITIES.
Seek the advice of the COTR relative to priority, coordination, and
liaison with the MMS reproduction center client personnel. 9. INSURE
THAT ALL EQUIPMENT IN THE REPRODUCTION CENTER (INCLUDING GFE) IS IN
GOOD WORKING ORDER AT ALL TIMES. The quality of the copy produced, in
the COTR's judgement, must be equal to or better than the material
furnished to the Contractor. Advise the COTR immediately when a need
for service on the GFE arises. The COTR will handle service calls for
GFE. Provide all transportation, labor, parts, material, etc., for the
performance of preventive and remedial maintenance (in accordance with
manufacturer's recommendations) on the Contractor's furnished
equipment. The materials and supplies must be equal to those
recommended by the manufacturer of the equipment. Services must be
available in the Metairie/East Jefferson Parish area. Maintenance shall
insure that the equipment remains in "good operating condition". "Good
operating condition" means providing non-smear, no-streak, good
contrast copies at any setting. Repairs shall be completed four hours
after notification that the equipment is down, unless otherwise
approved by the COTR. The COTR may permit up to five workdays to
complete major repairs. During such downtimes, copies that must be made
at the backup facility shall be billed at the on-site unitprice. If the
Copy Center Contractor-furnished equipment is, or is expected to be,
out of service for more than five workdays, the Contracting Officer
will have the right to require the installation of equivalent
replacement equipment. 10. MAINTAIN AND FURNISH LOGS AND MMS COPY
CENTER REPRODUCTION REQUEST FORMS TO THE COTR. Request forms shall
require identification of the organization. Provide weekly, monthly,
and annual reports. The Reproduction Request forms shall be submitted
with the weekly reports and the report shall clearly show the reduction
for the number of bad copies and their cause. Provide the COTR with a
daily count of all waste copies to include count of all waste copies
produced by repair technicians during any repairs. 11. COMPLETE ALL
COPY JOBS WITHIN FOUR REGULARLY SCHEDULED WORK HOURS AFTER DELIVERY TO
THE CENTER SCANNER WORK SHALL BE COMPLETED WITHIN TWENTY-FOUR HOURS.
The COTR will approve deviations from the four and twenty-four hour
standard due to unusually heavy workload situationsor equipment
downtime. An accelerated schedule may be required on certain jobs or at
certain times; e.g., lease sale periods. 12. IDENTIFY INADEQUACIES,
INCONSISTENCIES, OR LIMITATIONS TO THE COTR AND RECOMMEND MODIFICATION
OR CORRECTION TO EQUIPMENT (OR GFP) OR PROCEDURES TO IMPROVE COPYING
SERVICES. 13. THE GOVERNMENT FURNISHED FACILITY (ROOM, UTILITIES, ETC.)
SHALL BE USED EXCLUSIVELY FOR THE PURPOSES OF THE FULFILLMENT OF MMS
WORK UNDER THIS CONTRACT. 14. PROVIDE A WRITTEN REPORT TO THE
CONTRACTING OFFICER, WITH A COPY TO THE COTR, OF ANY MACHINE DAMAGE BY
MMS EMPLOYEES, AND THE COST OF REPAIR. MMS will pay for the repairs
through its own service agreements. BACKUP FACILITIES -- 1) POSSESS A
BACKUP CAPABILITY WITHIN THE METAIRIE/EAST JEFFERSON PARISH AREA to
process jobs when the Center's equipment (GFE or Contractor-furnished)
is not capable of being repaired within four hours or additional
capacity is needed to meet work overflow. 2) PROCESS OVERFLOW JOBS WHEN
THE WORKLOAD EXCEEDS THE FOUR-HOUR WORKSTANDARD when approved by the
COTR. Processing shall include pick-ups and deliveries at two-hour
intervals, with all jobs delivered back to the Center not more than
four hours after pick-up. The on-site operators shall not be used for
pick-up and delivery services, to run errands for the Contractor, or to
relocate to the backup facility to make the required copies unless
authorized by the COTR. All copies done at the backup facility shall be
priced at the backup facility price unless the facility is needed
because of Contractor error. 3) THE BACKUP FACILITY SHALL INCLUDE A
DIAZOPRINTER. GUARANTEED MINIMUM -- 11,000 sq. ft.; MAXIMUM -- 50,000
sq. ft.. The printer must meet or exceed the performance of a GAF Model
2001/4. 4) PROVIDE ONE COLOR SCANNER. GUARANTEED MINIMUM -- 4,500 sq.
ft.; MAXIMUM -- 10,000 sq. ft. The color scanner must be capable of
scanning up to 36" wide color documents (various lengths) at 800 dpi
maximum resolution and be capable of outputting up to 36" wide color
documents on regular bond with variable reduction. SECURITY
REQUIREMENTS: 1) Ensure that proprietary information is safeguarded in
accordance with Part 386 of the MMS Management Service Manual (MMSM),
especially MSMM 386.1.7I; MMSM 386.1.7K; and MMSM 386.4.5E. These
documents are available upon request. 2) Designate (in writing to the
COTR) a U.S. Citizen (generally the Site Manager or Project Manager) to
act as a security supervisor to direct security measures to ensure that
proprietary data/information released to the Contractor is safeguarded
in accordance with MMS regulations. 3) Ensure that all employees
assigned to the contract are U.S. citizens and fully understand their
responsibilities for safeguarding proprietary information. 4) Ensure
that employees are aware of applicable penalties as stipulated by
Federal regulations and Federal Criminal Statutes (Title 43 USC,
Section 1350). 5) Ensure that all proprietary information is manually
stamped "Proprietary -- For U.S. Government Use Only" on the front page
of all proprietary documents copied and all proprietary maps
reproduced. 6) Ensure that immediate shredding destroys all
unacceptable copies of proprietary information. 7) Ensure that
proprietary data shall not be removed from the Government premises
without the written consent of the COTR. Proprietary data shall be
safeguarded with the same sensitivity off-site as it is handled
on-site. OPERATORS: All machine operators and maintenance personnel for
GFE and Contractor-supplied equipment shall have the required
manufacture's training. They must be neatly dressed; services oriented,
and perform their duties in a polite and courteous manner. The
supervisor shall confirm daily, if required, but no less than once a
week with the COTR, that the MMS Reproduction Center is staffed and
functioning without a backlog. In the absence of a Center operator, a
fully trained and qualified replacement shall be provided. The
Contractor shall implement procedures to avoid unnecessary closure or
delays in the opening and operating the Center. Inexcusable delays or
closures shall entitle the Government to extend the hours of
operation/performance on such days for a period commensurate with the
delay at on-site prices. The Contracting Officer shall determine
excusable delays. IMPORTANT INFORMATION FOR OFFERORS: Evaluation
criteria -- equal order of importance -- are past performance and cost.
Past Performance: the Offeror shall provide in writing the names,
addresses, and telephone numbers of five (5) businesses or Government
agencies for whom the Offeror performed similar services within the
last 2 years. The following provisions/clauses are incorporated by
reference: FAR 52.212-1, Instructions to Offerors-Commercial Items(Oct
95); FAR 52.212-2, Evaluation-Commercial Items (Aug 98); FAR 52.212-3,
Offeror Representations and Certifications-Commercial Items (Oct 98);
FAR 52,212-4, Contract Terms and Conditions-Commercial Items (Apr 98)
(Offerors must request this document as stated above); and FAR
52.212-5, Contract Terms and Conditions Required to Implement Statutes
or executive Orders-Commercial Items (Oct 98). These documents are
current to FAC 97-06. Copies of these provisions and clauses are
available via the World-Wide Web at http://www.arnet.gov/far/. You may
fax a written request for these documents to Dotty Quinn at
703/787-1387. OFFERS MUST BE RECEIVED BY 4:00 P.M. (LOCAL TIME) ON
SEPTEMBER 4, 1998, AT MINERALS MANAGEMENT SERVICE, MS 2500, 381 ELDEN
ST., HERNDON, VA 20170. Offers must include the following: (a) the 5
references described above, (b) the completed Offeror Representations
and Certifications-Commercial Items FAR provision 52.212-3, and (c)
firm-fixed-price offer for the base year and each of the 4 option
years, each of which shall be priced by copy, or linear foot
(engineering printer), or square foot (color scanner) as follows: ON
SITE: 1) High-volume copiers; 2) Low-volume copier; 3) Color copier; 4)
Engineering printer. BACKUP FACILITY: 1) High-volume copiers; 2)
Low-volume copier; 3) Color copier; 4) Color scanner; 5) Engineering
printer; 6) Diazoprinter. THIS ACQUISITION IS 100% SET-ASIDE FOR SMALL
BUSINESS. THE SIC CODE FOR THIS ACQUISITION IS 7334, AND THE
APPLICABLE SIZE STANDARD IS $5 MILLION. All correspondence must
reference RFP 30953. Award of a contract is contingent upon
appropriation of funds for fiscal year 1999. The contract shall be
subject to the Department of Labor, Wage and Hour Division, wage rates
in effect at time of contract award. PLEASE FAX OR E-MAIL ANY
QUESTIONS. TELEPHONE INQUIRIES ARE STRONGLY DISCOURAGED.(See Numbered
Note 1) Posted 08/13/98 (W-SN236631). (0225) Loren Data Corp. http://www.ld.com (SYN# 0103 19980817\M-0003.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|