|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 22,1998 PSA#2247U.S. Railroad Retirement Board, Purchasing Division, Room 1230, 844
North Rush St., Chicago, IL 60611-2092 36 -- DIGITAL DUPLICATORS SOL RFQ 99-C-02 DUE 010599 POC Velinda Nix
-- 312/751-3387 I. This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in the Federal
Acquisition Regulation (FAR) Subject 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation. Bids are being requested and a
written solicitation will not be issued. II. This solicitation is
issued as a Request-For-Quotation (RFQ) 99-C-02. III. The solicitation
document and incorporated provisions are those in effect through
Federal Acquisition Circular Number 97-09. IV. This solicitation is not
a small business set-aside. V. A. The Railroad Retirement Board (RRB),
an independent Federal Government agency, with its headquarters in
Chicago, Illinois, intends to procure, through a Lease with Option to
Purchase (LWOP) Fair Market Value Purchase Option, two (2) digital
duplicators. B. Each firm's bid must include freight and installation
charges, including, but not limited to, inside delivery, set-up and
complete operator training. The price quotation shall be configured as
follows: 1. Offered purchase price that is the basis for the monthly
price shall provide for the equipment and maintenance service. 2.
Monthly lease price shall provide for the equipment and maintenance
service. 3. Purchase Option Cap price at the end of the 36 month lease
period. 4. Prices for installation and implementation of the digital
duplicators and de-installation and removal and trade-in credit for
Risograph GR3750. 5. Maintenance support price Monday through Friday
8:00 a.m. to 5:00 p.m, excluding Federal holidays. 6. On-call Repair
Services/Emergency Repair Services -- hourly price. (Periods other than
8:00 a.m. -- 5 p.m. Monday through Friday. This price includes holiday
periods and weekends). VI. A. General Requirements -- 1. Digital
duplicators shall have the manufacturer's serial number, manufacturer's
name and/or trademark, and model number permanently and legibly affixed
on the major component in readily accessible location. 2. An operator's
manual (English) shall be furnished with each placed digital
duplicator. Manuals permanently affixed to equipment are acceptable in
lieu of manuals furnished separately from equipment. 3. Digital
duplicators shall feature a definite indicator of when the equipment is
energized. This may be either a special "power on" light or an
appropriate indicator on the control panel. 4. Digital duplicators
shall have a self-diagnostic, on-line help system which displays
understandable operator messages. 5. Digital duplicators shall be
equipped with a lighten/darken contrast control. 6. All digital
duplicators furnished shall be capable of handling stocks from 16-100
pound weights. 7. Digital duplicators shall have a minimum of three
preset reduction/enlargement ratios which allow direct selection of the
percentage required for standard reduction enlargement copy
specifications. Digital duplicators equipped with one or more of the
following features are considered to be in compliance with this
requirements: a. Preset ratios: the reduction/enlargement ratios are
entered into the copier by the manufacturer and are quickly accessible
by pressing the appropriate preset button. b. Memory storage
capability: Digial duplicators has several reduction/enlargement
memories available to be programmed by the operator. While the required
ratios may not necessarily be preset by the manufacturer, the operator
can easily program them into memory, such that they are readily
accessible at any time. 8. Digital duplicators shall have the ability
to zoom reduction and enlargement at 1% increments. 9. Digital
duplicators shall have a minimum 1,000 sheet capacity for both feeding
and receiving. 10. Digital duplicators shall have a photograph
enhancement mode. 11. Digital duplicators shall have automatic paper
size detection. 12. Digital duplicators image area shall be a minimum
of 10.7" x 16.5" which is capable of copying onto a 11" x 17" stock.
13. Digital duplicators shall have the capability to copy originals
from bound or bulky documents (Book Mode). 14. Digital duplicators
shall be equipped with automatic idle. 15. Digital duplicators shall be
equipped with photograph contrast control. 16. Digital duplicators
shall be equipped with two-up mode. 17. Digital duplicators shall
perform satisfactorily at any temperature between 50 and 90 degrees
Fahrenheit. 18. Digital duplicators shall perform satisfactorily at any
relative humidity between 15 and 85 percent. B. SPECIFIC REQUIREMENTS
1. Digital duplicators shall be able to print multiple colors. 2.
Digital duplicators shall be capable of digitizing an original at a
minimum of 600 x 600 dpi. 3. Digital duplicators shall have a minimum
output quality of 600 x 600 cpi. 4. Digital duplicators shall have a
recommended monthly volume in excess of 200,000 copies. 5. Digital
duplicators shall have a minimum copy speed of 120 letter size (8.5" x
11") copies per minute (CPM). 6. Digital duplicators shall have the
capability to print onto a maximum paper size of 11" x 17". 7. Digital
duplicators shall have the ability to electronically store up to 15
jobs in onboard memory. 8. Digital duplicators shall have an adjustable
glass platen. 9. Digital duplicators shall be compatible with envelope
feeder, model number AR8000. C. The contractor shall accept for
trade-in and remove from the premises the current machine, Risograph
GS3750 and attached equipment. The contractor shall minimize disruption
of service by removing the Government-owned machines at the time the
replacement equipment furnished here under is delivered and ready to be
installed. The Board will not provide temporary storage of equipment
pending removal from the building. D. In addition, the system/model
must be in current production as of the date a bid is submitted under
this solicitation. Current Production", for purposes herein shall mean
that the system/model is being manufactured as new equipment for the
United States market. Any system/model being offered as
"remanufactured" is also acceptable; however it must have been
inspected and tested to the original manufacturer's standards. The
system/model furnished after award, as new or remanufactured, must not
have been used at any other time prior to delivery after the
manufacturing or remanufacturing process. E. The contractor must
provide implementation assistance to allow for a brief cut-over period.
The optimum period for deinstallation/installation would begin after 3
p.m. on Friday and end by noon Sunday; however, the Board is willing
to consider other alternatives. The implementation assistance shall
include, but not be limited to: 1. Delivery and/or consulting in the
areas of system software updates, and installing all cables, connectors
and other peripherals necessary to operate the system; F. Orientation
and technical overview presentations for in-house system operators.
VII. Digital duplicators must be delivered, installed and set up on the
second floor of headquarters at 844 North Rush Street, Chicago, IL
60611-2092. There is one freight elevator available with a weight
capacity of6,000 lbs. Delivery should occur within 45 days after
receipt of order. VIII. FAR Provision 52.212-01, Instructions to
Commercial Offerors -- Commercial Items, applies to this acquisition
and is hereby included by reference. The bidder must describe the
methods/features/software with which the specifications will be met.
Include detailed specifications, brochures, descriptive literature and
functionality assessments. Warranty information, if applicable, and
terms must be a part of the package as well as a detailed description
and schedule of the on-site operator training program. Both must be
included in the pricing document. The successful bidder must provide
full on-call maintenance support, 8:00 am. until 5:00 p.m., Monday
through Friday except Federal holidays by full qualified factory
trained certified technicians on all components of the system. A
maintenance schedule must be included in the bid package. Additionally,
on-call repair services shall be available with a response time of 3
hours after notification from the RRB. IX. Proposals will be evaluated
using the following technical and past performance criteria: Technical
Proposal Evaluation. The Government will award a contract resulting
from this solicitation to the responsible offeror whose offer
conforming to the solicitation will be most advantageous to the
Government, price and other factors considered. The technical and past
performance when combined, are weighed 1:1 in relation to price
factors. The following technical factors shall be used to evaluate
offers: A. Past Performance. 1) Past performance of the offeror on
similar contracts which demonstrate the offeror's capability to meet
the RRB's requirements including: a) Quality of service, which includes
the contractor's compliance with contract requirements, accuracy of
reports and quality of staff. b) Timeliness of performance, which
includes the contractor's reliability as well as the ability to meet
contractually established deadlines. c) Business relations, which
includes the contractors ability to cooperate with the client in
addition to the ability to respond to inquiries in an effective manner.
d) Customer satisfaction, which includes satisfaction of end users with
the contractor's service. 2) Assessment of the offeror's past
performance will be one means of evaluating the credibility of the
offeror's proposal, and relative capability to meet performance
requirements. a) Information utilized will be obtained from the
references listed in the proposal, other customers known to the
Government, consumer protection organizations, and others who may have
useful and relevant information. Information will also be considered
regarding any significant subcontractors, and key personnel records. b)
Evaluation of past performance will often be quite subjective based on
consideration of all relevant facts and circumstances. It will include
a determination of the offerors commitment to customer satisfaction and
will include conclusion of informed judgement. However, the basis for
conclusions of judgement will be documented. B. Maintenance
Plan/Schedule. 1) The maintenance plan/schedule should demonstrate the
contractor's capability in meeting the RRB's requirements including:
a) Full on-call maintenance support between the hours of 8:00 a.m.
until 5:00 p.m. b) Factory trained and fully certified technicians. c)
Cost for after hours work, i.e., Federal hours, weekends, etc. d)
Response time in four (4) hours or less from the initial service call
placed by the designated RRB employee. e) A schedule plan for
preventive maintenance. C. Implementation Plan. 1) A clear and concise
plan for removing the old equipment and installing the new equipment
with minimal disruption to the agency. 2) On-site training of RRB
personnel in the operation of the equipment installed. D. Equipment. 1)
The capability of the equipment specified to meet RRB requirements. The
offeror shall submit, as part of its proposal information on previously
performed contracts or on-going contracts that are similar to the
statement of work inthe solicitation performed for Federal, State or
local Governments and for commercial firms. Information shall be
provided on either 1) all such contracts within the past three years,
or 2) the last three such contracts performed, whichever is fewer, and
shall be limited to the name and address of the organization for which
the product was supplied and services were performed and the number
(phone, fax or Internet) of at least two contacts for each contract
listed. The offeror should not describe past performance history in the
proposal. The information may include, however, discussion of any major
problems encountered on the contracts listed and the corrective actions
taken to resolve them. The information may also include a description
of any quality awards earned by the offeror. X. FAR Provision 52.212-3,
Offeror's Representations and Certifications -- Commercial Items, must
be completed and submitted with the offer. XI. FAR Clause 52.212-4,
Contract Terms and Conditions -- Commercial Items, appliesto this
solicitation. XII. FAR clause, 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial
Items, hereby applies to this acquisition. XIII. FAR clause, 52.232-18,
Availability of funds, applies to this solicitation. System must be
Year 2000 compliant per FAR Subpart 39.002 incorporated by reference.
Offeror certifies price and terms offered in response to this
solicitation are valid for 180 calendar days from the date of offer.
XIV. Offers and supporting documentation shall be received in this
office no later than 11:00 a.m. local time, January 15, 1999. Mark
outside of the envelope clearly with RFQ 99-C-02 enclosed" and bidder's
name and address. Facsimile responses will not be accepted. The RRB
will not send an acknowledgment of receipt of any firm's submission.
Posted 12/18/98 (W-SN281667). (0352) Loren Data Corp. http://www.ld.com (SYN# 0156 19981222\36-0001.SOL)
36 - Special Industry Machinery Index Page
|
|