Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2002 FBO #0154
SOLICITATION NOTICE

R -- The U.S. Army Research Office (ARO) Information Control and Analysis (ICA) Office currently maintains microfilmed images of received and processed proposals, and various contract types that need to be converted into PDF files.

Notice Date
5/3/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Robert Morris Acquisition Center, ATTN: AMSSB-ACR, Research Triangle Park Contracting Division, P.O. Box 12211, Research Triangle Park, NC 27709-2211
 
ZIP Code
27709-2211
 
Solicitation Number
DAAD19-02-T-0003
 
Response Due
6/3/2002
 
Archive Date
7/3/2002
 
Point of Contact
Travis Clemons, 919-549-4328
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center
(clemonstt@arl.aro.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are b eing requested and a written solicitation will not be issued. This is a Request for Quotation (RFQ), Solicitation No. DAAD19-02-T-0003. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circul ar 97-19 (Jul. 01). This acquisition is 100% set aside for small business concerns, utilizing the Size Standards referenced in FAR Part 19. The North American Industry Classification System Code (NAICS) is 514210 with a small business size standard of $2 1,000,000.00. The contractor shall furnish all labor, equipment, and facilities necessary to eliminate microfilmed images by converting all images to PDF files. The U.S. Army Research Office (ARO) Information Control and Analysis (ICA) Office currently ma intains microfilmed images of received and processed proposals, research agreements, contracts and cooperative agreements awarded or administered by the organization. The total number of cartridges to be converted is 2649 with an estimated number of images equaling 6,291,375. Each created PDF file will require 3 index points. The first index point is a maximum of 5 digits, the second index is a maximum of 13 characters, and the third index is a maximum of 22 characters. Each converted file will contain up t o 10 document (section) types. For each image file, the first two index points will remain the same and the third will identify the section. Each section must be converted to a single PDF file, except when a section exceeds 1000 pages, multiple PDF files w ill be required containing repetitive indexes. AR0 will provide locator cards identifying the approximate first index point based on a camera count at the time the images were created. The contractor will separate sections based on the microfilmed lead she ets. The contractor will develop unique PDF tile names to identify the converted documents and will provide a text file (import set) describing each PDF file. The import set will consist of Proposal Number, Contract Number (if available), Section, and a un ique PDF File Name as per the sample below. (Note! The sections for the import set must be spelled out exactly as identified in the sample below.) ?30865?,?DAAH0493GO027?,?AGREEMENTS?,?MFLOOOO I .PDF?, ?30865?,?DAAH0493G0027?,?ACRN?,?MFL00002.PDF?, ?30865?,?DAAH0493G0027?,?EVALUATIONS?,?MFL00003 .PDF?, ?30865?,?DAAH0493G0027?,?FISCAL?,?MFLOOOO4.PDF?, ?30865?,?DAAH0493G0027?,?CLOSEOUTS?,?MFL00005.PDF? , ?30865?,?DAAH0493G0027?,?GENERAL CORRESPONDENCE?,?MFLOOOO6.PDF?, ?30865?,?DAAH0493G0027?,?INVENTIONS&PATENTS?,?MFLOOOO7.PDF?, ?30865?,?DAAH0493G0027?,?PROPERTY?,?MFLOOOO8.PDF?, ?30865?,?DAAH0493G0027?,?PROGRESS REPORTS?,?MFL00009.PDF?, ?30865?,?DAAH049 3G0027?,?TECHNICAL REPORTS?,?MFL00010.PDF?. Contractor Requirements: (a) Pick up microfilm cartridges (processed by hand with no shipping to and from ARO) to be converted from ARO, Research Triangle Park, NC on a weekly basis; every week on the same day, except when a holiday falls on the pickup day the pickup day will be the next business day. The number of trips will depend on the timeliness and speed of image conversion. (b) Convert, rotate as necessary, and de-speckle images, insuring that all pages are readable and topside up. Images to be conve rted are comprised of typed text, hand written documents, pictures, viewgraphs and forms on office type paper. The images of documents as a general rule are 8 ? ? x 11? Some images may be 8 ??x 14?. The condition of images may be poor to good. (c). Write P DF files and the corresponding import set as specified in paragraph 3 on a CD. The required PDF is normal image. (d) Deliver the CD and the previously picked up microfilm cartridges to ARO, Research Triangle Park, NC within a week from the date of pick-up. The Microfilm cartridges must be returned in the same order and the same marked container as they were received. Pickup of additional microfilm cartridges and delivery of converted file CD?s shall be simultaneous. (e) Insu re best possible converted images. Insure PDF files and the associated import set meets the specifications required for importing into existing Electronic Document Management System. (g) Insure that a PDF file contains one and only one ?Section.? Multiple PDF tiles must be created when a single section exceeds approximately 1000 pages. Sections that are broken into multiple PDF files must be broken between physical images. (h) Insure that microfilm cartridges are maintained in a safe and clean environment. Microfilm cartridges must be under the physical control of the contractor at all times. Microfilm images contain proprietary information, which shall not be disclosed to outside parties. The contractor and employees shall be required to execute Nondisclosu re Agreements. (i) Due to the proprietary content of the microfilmed images, none of the above-described effort may be subcontracted to any other individual or company. Clauses and Provisions: The following FAR and DFARS clauses and provisions apply to t his requirement and can be viewed through Internet access at http://farsite.hill.af.mil: FAR 52.212-1 Instructions to Offerors-Commercial Items (Oct. 00); FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Apr. 02); FAR 52.212-4 Comm ercial Items (Feb. 02); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec,01) as do the following FAR clauses cited therein: FAR 52.222-21 Prohibition of Segregated Facilities (Feb. 99); FA R 52.222.26 Equal Opportunity (Apr. 02); FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of Vietnam Era (Dec. 01); FAR 52.222-36 Affirmative Action for Workers with Disabilities (Dec. 01); FAR 52.222-37 Employment Reports on Disabled Ve terans and Veterans of the Vietnam Era (Dec. 01); FAR 52.222-41 Service Contract Act of 1965, as Amended (May 89); FAR 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Feb. 02); FAR 52.222-49 Service Contract Act ? Place of Per formance Unknown (May. 89) - This contract is subject to the Service Contract Act, and the place of performance is unknown when the solicitation was issued. In addition to places or areas identified in wage determinations, if any, attached to the solicita tion, wage determinations have also been requested for the following: Wake, Durham and Orange Counties, NC. The Contracting Officer will request wage determinations for additional places or areas of performance if asked to do so in writing by 10 days (05/1 3/02,submit via email to clemonstt@arl.aro.army.mil). Requested Wage determinations will be made available to requestor within 5 days after receiving written request. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Exec utive Orders Applicable to Defense Acquisitions of Commercial Items (Nov. 01); DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Mar 98); DFARS 252.204-7004 Required Central Contractor Registration (Nov. 01). The following factors shall be used to evaluate offers: technical capability, past performance, and price. The Government will make an award to the responsible offeror whose offer conforms to the requirements and is considered technically acceptable, considering price and past perfor mance. Only those offerors determined to be technically acceptable will be considered further for award. Award shall be made to the offeror whose offer represents the best value to the government. Test samples shall be required prior to award. Offerors mus t submit (1) technical description of procedures for accomplishing the work; (2) information on past performance to include recent and relevant contracts for th e same or similar items and other references (include contract numbers, points of contact, telephone numbers); (3) total proposed price; and (4) completed 52.212-3, Offerors Representations and Certifications-Commercial Items (may be copied from internet s ite above). Quotations must be transmitted electronically by 03 June 2002 to the following e-mail address: clemonstt@arl.aro.army.mil. The e-mail subject line should contain the following solicitation number. Contractors must be registered in the Central C ontractor Registration (CCR) prior to receiving any contract award. You may register in the CCR by calling l-888-227-2423 or via the Internet at https://www.ccr.dlsc.dla.mil POC : Travis , Contract Specialist, (919) 549-4328. EMAILADD: clemonstt@arl.aro.army.mil EMAILDESC: Travis Clemons CITE: (xxx)
 
Place of Performance
Address: US Army Robert Morris Acquisition Center ATTN: AMSSB-ACR, Research Triangle Park Contracting Division, P.O. Box 12211 Research Triangle Park NC
Zip Code: 27709-2211
Country: US
 
Record
SN00071124-W 20020505/020503213310 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.