Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2007 FBO #2029
SOLICITATION NOTICE

70 -- Lasermax roll System Docusheet (DP) LaserSheeter or Equal

Notice Date
6/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Rural Development, Procurement Management Division, 1400 Independence Ave., S.W. Mail Stop 0741, Washington, DC, 20250, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-31ME-S-07-1033
 
Response Due
6/22/2007
 
Archive Date
7/7/2007
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS 1. Action Code: K - This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Subpart 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. 2. Classification Code: 70 3. Contracting Office Address: 1400 Independence Avenue, SW, Mail Stop 0741, Washington, DC 20050 4. Subject: Lasermax Roll System Docusheet (DP) LaserSheeter or Equal 5. Solicitation Number: AG-31ME-S-07-1033 this solicitation is issued as a request for quotes - RFQ. 6. Closing Date: QUOTES ARE DUE NO LATER THAN 200 PM, EST, FRIDAY, JUNE 22th, 2007. Inquiries/questions about aspects of this solicitation shall be forwarded in writing to Sandra Savage no later than 10:00 AM, EST, JUNE 19th, 2007. Inquiries/questions will not be responded to by telephone and will not be accepted after the above date and time. 7. Contact Point: Sandra Savage at sandra.savage@wdc.usda.gov 8. NAICS: 334119; Printers, computer, manufacturing. Small Business Set-aside: None, Unrestricted 9. Contract line item: 001: DocuSheeter DP LaserSheeter Systems or Equal with all necessary hardware, software, and firmware needed to fully integrate with Government owned Xerox 4635 and 4135 Laser Printing Systems (See attachment (1) for specifications.) Vendor shall offer a single price for the total purchase requirement to include delivery, set up and installation, and all necessary equipment to assemble and install Contract line item 002: Training; the contractor shall provide training for the provided systems during all three shifts. 1st shift: 7:00am to 3:30 pm, 2nd shift 3:00 pm to 11:30 pm, 3rd shift 11:00pm to 7:30 am. A total of four (4) government employees shall be trained per training session. Training shall be a minimum of three two hour sessions. Contract line item 003: Software; any and all software and firmware provided by the contractor for the upgrade shall be compatible with the Government owned Xerox 4635 and 4135 Electronic Laser Printing Systems. All systems to include hardware, software, and firmware shall be delivered not later than 30 working days after award. One week (5 workdays) shall be allowed to installation and setup. Training shall commence not more than two workdays after completion of installation. Complete delivery to include setup and training shall be completed not more than 39 working days after award. CLIN Description QTY Unit Unit Price Total price 0001 Lasermax 3 e/a $ $ Roll System Docusheet (DP) LaserSheeter or Equal 0002 Training 0002AA Shift 1 1 Lot $ $ 0002AB Shift 2 1 Lot $ $ 0002AB Shift 3 1 Lot $ $ 0003 Software and Documentation 1 Lot $ NSP $ NSP Total $ 10. Place of delivery and contract performance: Two DocuSheeter DP Laser Sheeter Systems or equal will be delivered and installed at the U.S. Department of Agriculture 1520 Market Street MSD Computer Room, St Louis, MO, Room 3441. One DocuSheeter DP Laser Sheeter System or equal will be delivered and installed at the U.S. Department of Agriculture 4300 Goodfellow SSB Computer Room, St. Louis, MO. Building 103. The designated COR shall be contacted and consulted before delivery. COR is: ___________________________ Phone: ___________________________________ 11. All contractor employees are required to comply with the security procedures outlined in the Rural Development, Security Handbooks and local information security policy and procedures as applicable. The following are the procedures to be followed by the contractor to obtain the proper security clearance for the level of information they will have to access to while performing work under the contract. These will be either a Non-Critical Sensitive or Critical-sensitive type security clearance. The forms required for the processing of a security clearance are the Standard form (SF) 86, questionnaire for Sensitive Positions (10/87), and FD-258, Fingerprint chart. These forms can be obtained from the St Louis Rural Development Human Resources Office; the contact person is Mr. Clifton Yancy, Phone: (314) 355-8555. These forms should be completed and submitted to the Rural Development Operational Staff as soon as possible after award of the contract. Two (2) original FD0258?s and one original SF-86 must be submitted along with a letter indicating the type of clearance to be performed and the billing address of the contractor. The contractor is responsible for all costs associated with obtaining the fingerprints and for the cost of the security clearance investigation. The cost of the processing will be withheld form one of the monthly invoices. 12. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16. 13. Federal Acquisition Regulation (FAR) clause 52.212-1 applies to this acquisition. Interested vendors may submit their quote directly on this combined synopsis/solicitation and fax it directly to Sandra Savage on or before the closing date and time for receipt of quotes. No later than 2:00 PM on or before Friday, June 22, 2007. Fax: 202-692-0235 Email: sandra.savage@wdc.usda.gov Vendor: __________________________________ Point of Contact:_________________________________ Address: _________________________________________ _________________________________________________ _________________________________________________ _________________________________________________ Phone: ___________________________________ Fax: _____________________________________ E-mail: ___________________________________ 14. FAR clause 52.212-2 applies. Award shall be technically acceptable, price acceptable, and past performance. Vendors must submit three references of government agencies and/or companies where the Lasersheeter System was installed. 15. Vendors must include a completed copy of FAR 52.212-3 with each quote submitted. See Attachment (2). 16. FAR clause 52.212-4 applies to this acquisition. There is an addendum to this provision. FAR clause 52.211-6 Brand Name or Equal. 17. FAR clause 52.212-5 applies to this acquisition. See Attachment (3). 18. The Defense Priorities and Allocations System (DPAS) do not apply to this acquisition.
 
Place of Performance
Address: US DEPARTMENT OF AGRICULTURE, 1520 MARKET STREET MSD COMPUTER ROOM 3441, ST LOUIS, MO, , US DEPARTMENT OF AGRICULTURE, 4300 GOODFELLOW SSB COMPUTER ROOM BLDG 103, ST LOUIS, MO
Zip Code: 63103
Country: UNITED STATES
 
Record
SN01319904-W 20070617/070615220510 (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.