Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 17,1998 PSA#2244

Department of Defense, Television-Audio Support Activity (T-ASA), Contracts Division, 3116 Peacekeeper Way, McClellan AFB, CA 95652- 1068

99 -- LEASE OF PRINTER/PROCESSOR SOL MDA112-99-Q-0049 POC Contact Chongae Makiya, Purchasing Agent, or Richard Talbert, Contracting Officer (916)643-0323 17. This is a combined synopsis/Request for Quotation (RFQ) for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A written quotation will not be issued. The quotation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 97-09. The Television-Audio Support Activity proposes to procure the following item: 1.0) SCOPE: The purpose of this Statement of Work (SOW) is to set forth the lease requirement of the subject Mini Lab System, Noritsu QSS-1501ZU with options. The system shall be installed into the Still Photographic Section, TAVSC, 3rd deck of building 2009, MCB, Quantico, VA. 2.0) REQUIREMENTS AND SPECIFICATIONS: 2.1) GENERAL REQUIREMENTS: This requirement is for the lease of the subject system for the base period Jan 04 1999 thru Sep 30, 1999 with Option period Oct 01, 1999 thru Sep 30, 2000 and Option period 2 for Oct 1, 2000 thru 31 Jan, 2001. The contractor shall deliver, install, and provide operational training and the system. 3.0) MATERIAL AND WORKMANSHIP REQUIREMENTS: 3.1) All equipment, material, and articles incorporated into the work covered by this contract shall be new and of the most suitable grade for the purpose intended, unless otherwise specifically provided in this contract. 3.2) INSTALLATION REQUIREMENTS: 3.2.1) The contractor shall provide all necessary equipment, material, tools, and safety items to design, furnish, install, test and train personnel on the system. 3.2.2) The Contractor shall be prepared to start installation of the subject system within 5 calendar days after date of contract award. 3.2.3) The Contractor shall have the system installed, acceptance tested, and ready for full operation within 10 calendar days of start of installation. 3.2.4) The Contractor shall provide familiarization training, within one calendar day of full operations. 3.3) CONTRACTOR FURNISHED EQUIPMENT: 3.3.1) Contractor Furnished Equipment: (CFE) shall be Commercial Off The Shelf (COTS) except where modifications or fabrications are required to meet the specifications contained in this SOW. 3.3.2) All electrical and electronic equipment specified in this SOW shall operate from a 110/220 VA. single phase, 60 HZ power source unless noted otherwise. 3.4.1) The subject system shall be a daylight color film processor for 110 to 220 film. The system shall deliver print sizes from 3.5-in x 5-in to 3-in x 12-in enlargements. The system shall also include the following components and optional/mandatory accessories: QSS-1501ZU, Printer/Processor V-30 Film Processor with 1 each, printer/paper processor RA-4NP; 1 each, Zoom Lens for 110-135; 1 each, Mirror Tunnel, 110-135; 1 each Paper Magazines 6'; 1 each, Line Correction Value Print Unit; 2 each, Rack Carrying Tanks; 1 each IC Card; 1 each, 135F Auto Negative Carrier; 1 each, 135F, Focusing Chart; 1 each, Scanner; 1 each, Daylight Color Film Processor C-41 Ranp; 2 each, Contamination Cover; 2 each, 126 Cassettes; 2 each, Cassettes; 2 each 120 Cassettes; 1 each, Leader Cards; 1 each Splicing Box; 2 each, Floor Tray; 4 each, Chemical Waste Tanks. Mandatory Optional Accessories: 1 each of the following accessories: Noritsu p/n V903550-01, V903111-01, V903331-01, V903334-01, V903345-01, V903403-01, V903406-01, V903414-01, Z804103-01, Z804104-01, Z804106-01, Z805583-01, Z804561-08, Z804647-01, Z804649-01, Z804562-01, Z804652-01, Z804605-01, and Z804563-01. Optional Lens for Noritsu 1501ZU: 2 each, UP Wallet Lens Kit 5-in p/n z804644-01. 3.4) Maintenance Requirements: Contractor shall provide corrective and preventive maintenance to begin at the termination of the warranty period. 3.4.1) Preventive maintenance shall be performed on site once each quarter of the fiscal year. The contractor shall schedule the preventive maintenance on 90 day intervals. 3.4.2) preventive maintenance shall consist of diagnostic tests to assure proper operations. 3.4.3) Corrective Maintenance shall include all parts and labor to fix the system when it is inoperable. contractor not required to provide consumable/expendable items (filters, lamps & and etc.). 3.4.4) The government will notify the contractor if the system becomes inoperable. The contractor shall respond to the call and be on site for corrective repairs within 24 hours. The preferred repair schedule is between 0700 and 1700 on Monday thru Friday and within the appropriate 24 hour response time. FOB Destination point is Quantico, VA. Required delivery is five (5) days after receipt of order. The Government anticipates negotiating and entering into a contract on a sole source basis with Noritsu Am. Corp or its authorized dealers, under the authority of FAR 13-501, & FAR 6.003 only one responsible source and no other supplies or services will satisfy agency requirement. All responsible sources may submit a quote which shall be considered by the agency. Responses to this notice must be provided in writing. Responses maybe mailed to Television Audio Support Activity, Directorate of Contracting, Attn: T-ASA/DOC/SC (Chongae Makiya), 3116 Peacekeeper Way, McClellan AFB, CA 95652-1068. Facsimile responses are acceptable, FAX number is (916) 643-4730. All responses to this notice must make reference to quotation number MDA112-98-Q-0049. The provisions at FAR 52.212-1 Instructions to offerors-Commercial Items, and 52.212-2, Evaluation-Commercial Items apply to this acquisition. The SIC Code for this acquisition is 7359, size standard 18.0M. The evaluation criteria for this solicitation will consist of technical capability of offered items to meet the agency requirement, price and technical acceptance. To be eligible to receive an award resulting from this quotation, contractor must be registered with the Central Contractor Registration (CCR) database, NO EXCEPTIONS. In order to register, you may apply through the internet at "http://ccr.edi.disa.mil", you must include your DUNS (Dun & Bradstreet) number in order to apply. Offerors shall include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer. Clauses 52.212-4, Contract Terms and Conditions-Commercial Items and 52-212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, the following subclauses apply to this acquisition: 52.222-26, 52.222-35, 52-222-36, 52.222-37, 52-222-42, 52.222-44; DFARS 252.232-7009, Payment by Electronic Funds Transfer (CCR); 252.204-7004 Required Central Contractor Registration; DFARS 252.212-7000 and the following subclauses under DFARS 252-212-7001, 252.225-7001, 252-225-7007, 252-225-036, 252.227-7015 and 252.247-7024. Quotes must be submitted by 12:00 PM PDT, Dec 23, 1998. Failure to provide any of the required documents referenced in this notice will render your quote unacceptable and ineligible for an award. Point of contact in this office is Chongae Makiya, (916)643-0323, or e-mail: makiya@tasa1.army.mil. Posted 12/15/98 (W-SN280600). (0349)

Loren Data Corp. http://www.ld.com (SYN# 0294 19981217\99-0002.SOL)


99 - Miscellaneous Index Page