Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2006 FBO #1679
MODIFICATION

99 -- Production Digital Capture Scanning Workflow Software

Notice Date
6/30/2006
 
Notice Type
Modification
 
NAICS
511210 — Software Publishers
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3360, College Park, MD, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-06-Q-0033
 
Response Due
7/10/2006
 
Archive Date
7/25/2006
 
Point of Contact
Stuart Hitchings, Purchasing Agent, Phone 301-837-0310, Fax 301-837-3227, - Donita Hood, Contract Specialist, Phone 301-837-2046, Fax 301-837-3227,
 
E-Mail Address
stuart.hitchings@nara.gov, donita.hood@nara.gov
 
Description
Solicitation: NAMA-06-Q-0033 for Production Digital Scanning Workflow Software is hereby amended as follows: Change to Synopsis/Solicitation: See RFQ change below. CONTRACTOR NOTE: In order to provide timely replies to Offerors inquiries, all written requests should be received no later than July 6, 2006. Offerors are requested to transmit inquiries/questions via email to stuart.hitchings@nara.gov and donita.hood.@nara.gov. The Government will reply promptly to inquiries received during the time frame as cited above, but will not extend the quote receipt merely because of late submittal of questions. Quotes for the scanning workflow software and related services described above are due by 4:00pm E.S.T. July 10, 2006. Two copies of each quotation must be mailed to: Mr. Stuart Hitchings, National Archives and Records Administration, Acquisition Services Division (NAA), 8601 Adelphi Road, Suite 3340, College Park MD 20740-6001. Quotes must include the solicitation number, discount/payment terms, identification of any special commercial terms, and must be signed by an authorized company representative. It is critical that Offerors provide adequate detail to allow evaluation of their quotes (See FAR 52.212-1(b)). Offerors will be responsible for downloading their own copy of this combined synopsis/solicitation and amendments (in any) Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request For Quote (RFQ) Number is NAMA-06-Q-0033. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03 effective April 11, 2005. The Government reserves the right to make an award on the initial quote without discussions for this procurement. The award will be based on a best value determination, price and other factors considered. The responsible Offerors shall have the ability to meet the salient functional and technical requirements as listed below for the Production Digital Capture Scanning Workflow Software. The North American Industry Classification System (NAICS) code is 541613 or 511210. All responsible sources may submit a quote that will be considered by the NARA. PURCHASE DESCRIPTION: PRODUCTION DIGITAL CAPTURE AND CLASSIFICATION SOFTWARE (COTS PRODUCT (1) EACH). The digital capture and scanning workflow software will be used in the manner standard in digital capture of records. Images will also be taken from government employee Official Personnel Files (OPF). The agency will digitally capture these records as a service to Office of Personnel Management to assist it in meeting requirements that all government agency civilian personnel records be in digital format. The software application provided will be installed on government furnished workstations and servers. This software shall be Windows XP operating system compatible (standard workstation), and able to be configured to be compatible with Windows Server 2003 and UNIX operating system. This specialized COTS software will be used in the Civilian Personnel Records Center for digital capture, document classification, indexing and delivery. The equipment must be able to capture a high volume of images daily in a production processing environment. Major NARA goals in the use of this equipment are the accurate capture of digital images from paper formats. The digital image will then be transferred via secure NARA network to digital storage. SALIENT CHARACTERISTICS ARE AS FOLLOWS: This solicitation requires the delivery and installation of (1) each Production Digital Capture Scanning Workflow Software (license to include 2M images annually). Capture Provide Import capabilities Support Capture devices directly connected to workstation Support ISIS interface scanners Support scanners capable of scan speeds from 3 pages per minute, up to 90 pages per minute. Support scanning and feeding documents ranging in size from 2?x3?, up to 11? x17?. Support simultaneous scanning of both sides of double-sided documents, or automated scanning of double-sided documents. Support creation of bi-tonal, grayscale, color images. Support both document feeding and manual scanning Support hardware Image Enhancement and cleanup. Provide VRS technology. (Virtual Re-Scan) Provide hardware error, paper jam, feeding errors, communication problem detection. Support distributed capture Support special image capture devices. Such as digital cameras, book scanners, large scale drawings scanners. Provide capture device selection at scan time. Indexing Support import of index information from text files, relational databases. Support extraction of index information using structured form recognition, unstructured form recognition and OCR, ICR, OMR, Barcodes (1 dimensional and 2 dimensional) Support key entry for Index technicians, image assistance for Index technicians, Support area highlighting Support zone enlargement Provide the capability to limit index values to controlled list of terms Provide the capability to validate index values using an external data source, relational database, text file. Support completion of indices from external data sources, relational databases, text files. Support automatic generation of index information Provide functionality for Identification and Classification of paper forms Support release and delivery of images in a range of formats. (Tiff, PDF, JPG, GIF) Support release and delivery of index information in a range of formats (Text, XML, Comma Delimited, Database) Scan Workflow Provide Scanning Workflow Management (Batch Management) tools and functionality to manage the different processes of the scanning software. Provide Statistical information capture. Provide Batch processing Locally and Web-Based. Support distributed workers operating on a batch. Provide system administration capabilities Provide service management Quality Control Support Index and Image Quality Assurance. Provide automated and manual capabilities for image cleanup and enhancement features. Web-enabled Provide Web enabled functionality for Distributed scanning. Service Maintenance Provide the capability to backup the Digital Conversion Unit Provide maintenance and updates to software as option Compatible with NARA?s desktop(Windows XP) and Server(Windows 2003) Provide technical, application support between (08:00 ? 05:00 pm cst) and on-site support as requested. Shall maintain a event log Vendor Performance Software release version (mature product) Vendor provides technical support and training on products. Vendor provides application and technical documentation (User?s Manual, Sys Admin etc.) (1) 12 month base period software updates/maintenance 4 Option periods of 12 months each. (1) 12 month consulting services (install/configure/set up 20 days). Training for (1) person (5) days technical and (3) days operator. Delivery is required within 4 weeks from the date of the purchase order. Delivery will be to the National Archives and Records Administration, National Personnel Records Center, Civilian Personnel Records, 111 Winnebago, St Louis, MO 63118. Installation is required within 6 weeks from the date of the purchase order. Offerors must submit a brief description of relevant past performance and experience. Offerors must accept direct deposit for payment via electronic funds transfer. The following clauses and provisions are incorporated and are to remain in full force in any resultant fixed price purchase order: FAR Clause 52.212-1, Instructions to Offerors Commercial Items (Jan 2005): each Offeror shall include a completed copy of the provision at FAR clause 52.212-3, Offeror Representation and Certifications Commercial Items (Mar 2005) with the quotation. A copy of the provision can be found at http://www.arnet.gov/far/: FAR 52.212-4 Contract Terms and Conditions Commercial Terms (Oct 2003): FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (April 2005). Paragraph (b) of this clause incorporates by reference the following FAR clauses: 52.211-6 Brand Name or Equal (Aug 1999), 52.222-3 Convict Labor (June 2003), 52-222-36 Affirmative Action for Workers with Disabilities (June 1998), 52.232-33 Payment by Electronic Funds Transfer -Central Contractor Registration (Oct 2003), 52.232-36 Payment by Third Party (May 1999), and 52.233-3 Protest After Award (Aug 1996), and 52.239-1, Privacy or Security Safeguards, and all deliverables must be compliant with Section 508 of the Workforce Investment Act of 1998. Solicitation: NAMA-06-Q-0033 for Production Digital Scanning Workflow Software is hereby amended as follows: Change to Synopsis/Solicitation: See RFQ change below. CONTRACTOR NOTE: In order to provide timely replies to Offerors inquiries, all written requests should be received no later than July 6, 2006. Offerors are requested to transmit inquiries/questions via email to stuart.hitchings@nara.gov and donita.hood.@nara.gov. The Government will reply promptly to inquiries received during the time frame as cited above, but will not extend the quote receipt merely because of late submittal of questions. Quotes for the scanning workflow software and related services described above are due by 4:00pm E.S.T. July 10, 2006. Two copies of each quotation must be mailed to: Mr. Stuart Hitchings, National Archives and Records Administration, Acquisition Services Division (NAA), 8601 Adelphi Road, Suite 3340, College Park MD 20740-6001. Quotes must include the solicitation number, discount/payment terms, identification of any special commercial terms, and must be signed by an authorized company representative. It is critical that Offerors provide adequate detail to allow evaluation of their quotes (See FAR 52.212-1(b)). Offerors will be responsible for downloading their own copy of this combined synopsis/solicitation and amendments (in any)
 
Place of Performance
Address: National Personnel Records Center, Civilian Personnel Records, 111 Winnebago Ave, St Louis, MO 63118
Zip Code: 63118
 
Record
SN01081626-W 20060702/060630221543 (fbodaily.com)
 
Source
FedBizOpps 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.