Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1998 PSA#2160

Department 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