Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17, 2001 PSA #2917
SOLICITATIONS

74 -- PRINTER

Notice Date
August 15, 2001
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
ZIP Code
20899-3571
Solicitation Number
SB1341-01-Q-1015
Response Due
August 20, 2001
Point of Contact
Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884, Email carol.wood@nist.gov -- Anita Tolliver, Contract Specialist, Phone (301) 975-6308, Fax (301) 975-8884, Email anita.tolliver@nist.gov
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The associated North American Industrial Classification System (NAICS) code for this procurement is 421830 with a small business size standard of 500 employees. This acquisition is unrestricted and all interested offerors may submit a quote. This is a brand name or equal procurement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency requirement.***The National Institute of Standards and Technology (NIST), Printing and Duplication Group, has a requirement for a Kirk Rudy "Winkjet" printer or equal with the following accessories and specifications to be used for addressing of customer materials.***All interested quoters shall provide a quote for the following line items:***LINE ITEM 001: Quantity one (1) Kirk Rudy "Winkjet" Printer, or equal with the following required specifications: two (2) adjustable print head banks each capable of printing 1-1/2 inches of image and shall be able to print two color inks in one pass; Systems shall also include all computer hardware and software to run printing system;=20 System shall be compatible with NIST's existing addressing software entitled "BCC Mail Manager". System shall be able to print 600X600 dpi, all Microsoft Windows True Type Fonts, USPS Certified Barcodes, and shall have a graphics overlay feature.***LINE ITEM 002: Quantity One (1) Kirk-Rudy Model 219B, or equal, Inline Inkjet Base, Vacuum Table Top and 36 inch Integrated Dryer Base with the following required specifications: System shall be integrated, one piece, and capable of having NIST's current Kirk-Rudy Tabber, Model #527, attached at end of dryer table; shall have a permanent mount friction feeder installed, and shall have a computer cabinet and monitor shelf. Unit shall be able to process media from 3"X 5" postcards to 17" X 17" tabloid and thickness from a single sheet of 20 lb paper to 3/8 inch thick media.***LINE ITEM 003: Quantity one (1) Kirk-Rudy Model #496F Friction Feeder/Cabinet, or equal, with the following required specification: friction feeder and cabinet shall be made to be permanently mounted to Inkjet Base unit.***LINE ITEM 004: Quantity one (1) Kirk-Rudy Model #314, 6 foot Conveyor, or equal with the following required specification: Conveyor shall align and mount to Inkjet Base.***LINE ITEM 005: Quantity one (1) Kirk-Rudy Model 881-1, or equal, 3200-Watt Infrared Dryer with the following required specification: Dryer shall be permanently mounted to inkjet base.***LINE ITEM 006: Delivery, Installation & Training: Delivery shall be FOB Destination. The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery.***The Contractor shall deliver, install, and test the machine at the location directed by the NIST Printing & Duplication Group, Gaithersburg, MD. The Contractor shall be responsible for all loss and/or damage that may result from delivery, installation, & testing or otherwise occurs before final acceptance by the Government.***Training shall be conducted on-site at NIST during standard Government business hours. The Contractor shall provide subsequent on-site training sessions on an as needed basis.***IT IS IMPERATIVE THAT OFFERORS NOTE THAT ALL EQUIPMENT SHALL BE DELIVERED, INSTALLED, AND INVOICED NOT LATER THAN SEPTEMBER 28, 2001. ALL OFFERORS SHALL STATE THEY ARE ABLE TO MEET THIS REQUIREMENT FOR THE BID TO BE CONSIDERED.***LINE ITEM 007: Warranty: The Contractor shall describe the product warranty.***LINE ITEM 008: OPTION CLIN -- One (1) Year Service Contract: Price for a one year service contract shall be included. Service contract shall include, but not be limited to the following: 24 hour service agreement, two (2) preventive maintenance visits, all parts, labor and travel.***LINE ITEM 009: Amount of credit for trade-in of a Scitex System, Model #5100, NIST Property ID #552076.***Delivery & Installation shall occur not later than September 28, 2001. Award shall be made to the quoter whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Technical and Past Performance, when combined, are significantly more important than price. Evaluation of Technical Capability will be based on the information provided in the quotation.***Quoters shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics, which clearly documents that the offered products meet or exceed the specifications stated above and meet the needs of the Government in essentially the same manner as the brand name.***Evaluation of Past Performance will be based on the references provided IAW FAR 52.212-1(b)(10). Quoters shall provide a list of at least two (2) references to whom the same or similar equipment has been provided. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. The provision at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions applies to this acquisition, including subparagraphs: (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; (16) 52.222-19 Child Labor -- Cooperation With Authorities And Remedies; (19)(ii) Alternate I of 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; (22) 52.225-15, Sanctioned European Union Country End Products; (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.211-6 Brand Name or Equal; 52.217-5 Evaluation of Options; 52.217-7 Option for Increased Quantity -- Separately Price Line Item. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days prior to expiration of the manufacturer's warranty.***Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at www.nist.gov/admin/od/contract/agency.htm.***All quoters shall submit the following: 1) Two (2) copies of a quotation which addresses all Line Items; 2) Technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far.***All offers should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Carol Wood, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571.***Submission must be received by 3:00 p.m. local time on August 20, 2001. Due to the urgent nature of this procurement, faxed offers shall be accepted.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/DOC/NIST/AcAsD/SB1341-01-Q-1015/listing.html)
Record
Loren Data Corp. 20010817/74SOL001.HTM (D-227 SN50V024)

74 - Office Machines, Text Processing Systems and Visible Record Equip Index  |  Issue Index |
Created on August 15, 2001 by Loren Data Corp. -- info@ld.com