Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2005 FBO #1293
SOLICITATION NOTICE

70 -- PRINTING AND DUPLICATING PRODUCTION TRACKING SOFTWARE

Notice Date
6/9/2005
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
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
SB1341-05-Q-0709
 
Response Due
6/28/2005
 
Archive Date
7/13/2005
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN F.A.R. 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 2005-03 ****The associated North American Industrial Classification System (NAICS) Code for this procurement is 541511 with a small business size standard of $21.0 mil. This acquisition is issued under the CASCADING PROCUREMENT STRATEGY, therefore if a minimum of two (2) offers from qualified small business concerns are received for the software/services specified herein, the Government reserves the right to set aside the award for small business. If two or more small business offers are not received, the award will be made on the basis of full and open competition from among all responsible businesses submitting offers. ****The National Institute of Standards and Technology (NIST) Printing and Duplicating Dept. has a requirement for a production tracking/managing software package. All interested parties shall provide a quote for the following items: ****LINE ITEM 0001: Quantity one (1) modular production tracking/managing software package meeting the following required specifications: **allows NIST?s Printing and Duplicating Dept. to see pending jobs, schedule work, track machine usage and operator productivity, provide chargeback and other types of accounting information; and, track productivity against performance standards **allows Printing Specialist to submit print request to the Government Printing Office (GPO) using Standard Form (SF) 1 and Standard Form (SF) 2511, and perform print estimating **includes an inventory management system to permit tracking current inventory levels and the associated costs (e.g., paper and other consumables) that is designed to keep a central record of inventory levels, cost and usage, track usage trends and make projections, and capable of storing all pricing information **allows the user to generate reports on machine and operator productivity, jobs by customer name and department (division), service time, and associated costs; these basic components must allow the Printing Specialist to track production work that is done internally and work that is sent to GPO together in one system ****LINE ITEM 0002: Quantity one (1) Base Period Annual Licensing Fee ****LINE ITEM 0003: Quantity one (1) Option Yr. 1 Renewal of Annual Licensing Fee ****LINE ITEM 0004: Quantity one (1) Option Yr. 2 Renewal of Annual Licensing Fee ****LINE ITEM 0005: Quantity one (1) Base Period Maintenance Support/Help Desk Support Agreement ****LINE ITEM 0006: Quantity one (1) Option Yr. 1 Renewal of Maintenance/Help Desk Support Agreement ****LINE ITEM 0007: Quantity one (1) Option Yr. 2 Renewal of Maintenance/Help Desk Support Agreement ****LINE ITEM 0008: Quantity one (1) On-Site Installation/Set-up of Software Program on the NIST Printing and Duplicating Dept?s. designated PC (a localized install that will not be web-based) to be shared by 4-5 NIST Printing and Duplicating Dept. staff members ****LINE ITEM 0009: Quantity one (1) On-Site Training of between 4-8 hrs. for approx. 4-5 NIST Printing and Duplicating Dept. staff members ****LINE ITEM 0010: Quantity one (1) ea. Administrator?s Manual ****LINE ITEM 0011: Quantity five (5) ea. User?s Manual ****DELIVERY/INSTALLATION AND TRAINING SHALL BE FOB DESTINATION and shall Completed in not more than 45 days from receipt of order. 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 receipt and 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; ****NOTE: EVIDENCE THAT QUOTED SOFTWARE IS 508 COMPLIANT MUST BE INCLUDED WITH OFFEROR?S QUOTATION ****Award shall be made to the Offeror whose quote offers the best value to the Government, technical, 508 conformity, past performance, and price considered ****The Government will evaluate information based on the following evaluation Criteria: 1) technical capability factor ?meeting or exceeding the requirement?, 2) section 508 compliance information submitted by offeror by completing the Voluntary Product Accessibility Template (VPAT) at http://www.itic.org/policy/vpat.html, 3) past performance; and 4) price. Non-price factors when combined, shall be more important than price ****Evaluation of technical capability shall be based on the information provided in the quotation. Quotations shall include the documentation or other product literature, which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. In determining best value, the Government will give strongest consideration to 508 certification, compliance to specifications and delivery time. ****Past Performance will be evaluated to determine the overall quality of the product and service provided by the Contractor. Evaluation of past performance shall be based on information obtained from references provided IAW FAR 52.212-1(b)(10) and/or information provided by NIST or its affiliates. Quoters shall provide a list of at least THREE (3) REFERENCES to whom the same or similar product has been sold. The list of references shall include, at a minimum: the name of the reference contact person and the company or organization; the telephone number and e-mail address 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 ****Past Performance and price shall be evaluated only on quotations determined to be technically acceptable in accordance with the technical capability factor The full text of a F.A.R. provision or clause may be assessed electronically at www.acqnet.gov/far The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors ? Commercial Items; 52.212-3 Offerors Representations and Certifications ? Commercial Items Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required ****The following clauses apply to this acquisition: 52.204-7, Central Contractor Registration (Oct. 2003); 52.212-4, Contract terms and Conditions ? Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, including subparagraphs: (14) 52.222-3, Convict Labor; (15) 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans f the Vietnam Era, and Other Eligible Veterans; (24) (i) 52.225-3, Buy American Act?Free Trade Agreement?Israeli Trade Act (JAN 2005) with Alternate I; (26) 52.225-13, Restriction on Certain Foreign Purchases; (31) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.217-8, Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.245-4, Government-Furnished Property (Short Form)and Dept. of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at: www.nist.gov/admin/od/contract/agency.htm; the following Commerce Acquisition Regulation (C.A.R.) clauses are also applicable and although space does not permit full text display of the clauses within this notice, contractors may view the full text at http://oamweb.osec.doc.gov/CAPPS_car.html: 1352.239-73, Security Requirements for Information Technology Resources (Oct. 2003); 1352.239-74, Security Processing Requirements for Contractor/Subcontractor Personnel for Accessing DoC Information Technology Systems (Oct. 2003); 1352.209-72, Restrictions Against Disclosure (Mar. 2000) ****All Parties shall submit the following: 1) two (2) copies of a quotation which addresses all line items; 2) two (2) copies of the technical description and/or product literature; 3) two (2) copies of past performance references list; 4) two (2) copies of the description of commercial warranty; 5) two (2) copies of the most recent published price list(s); and 6) two (2) copies of completed VPAT ****All quotes should be sent to the National Institute of Standards and Technology, Acquisition Management Div., Attn: Randy Schroyer, Building 301, Rm. B125, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640 ****Submission must be received by 3:00pm local time on June 28, 2005. All questions should be addressed in writing (via e-mail) to the Purchasing Agent and randy.schroyer@nist.gov. FAXED AND E-MAILED QUOTATIONS SHALL NOT BE ACCEPTED. QUOTES RECEIVED AFTER THE 3:00 PM DEADLINE SHALL BE DEEMED LATE AND WILL NOT BE CONSIDERED FOR AWARD ****SECURITY REQUIREMENTS Because of heightened security, FedEx, UPS or similar delivery methods are the preferred method of delivery of quotations. If quotations are hand delivered, delivery must be made through Gate A, and a 48-hr. (including weekends and holidays) prior notice should be made to the Purchasing Agent at 301/975-6314. Notice must include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility NIST IS NOT RESPONSIBLE FOR LATE DELIVERY DUE TO THE ADDED SECURITY MEASURES. In addition, offerors who do not provide a 48-hr. notification in order to coordinate entrance to the NIST campus assume the risk of not being able to deliver offers on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e., point of contact, telephone POC, building, rm. no., etc.) If 48-hr. notification was not provided, it is suggested that your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitors center and complete delivery. To be elegible for award, offerors must be registered in the Central Contractor Registry (CCR). Information on CCR registration procedures may be obtained at http://www.ccr.gov. In order to complete CCR registration, a DUNS number is required. To obtain a DUNS number, contact Dun and Bradstreet, Inc. at 1-866-705-5711 or 610/882-7000. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Randy Schroyer, Purchasing Agent @ randy.schroyer@nist.gov Quotes must be received by 3:00:00 PM Eastern Time on June 28, 2005
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899-0001
Country: USA
 
Record
SN00825654-W 20050611/050609211815 (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.