Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2008 FBO #2454
SOLICITATION NOTICE

36 -- Paper folding and finishing Equipment

Notice Date
8/13/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 1701 N Fort Myer Drive, Rosslyn, VA 20999
 
ZIP Code
20999
 
Solicitation Number
8614-806174_01
 
Response Due
8/8/2008
 
Archive Date
2/4/2009
 
Point of Contact
Name: Frederick Washington, Title: Contract Specialist, Phone: 7038756618, Fax:
 
E-Mail Address
washingtonfj@state.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 8614-806174_01 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 333293 with a small business size standard of 500 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-08-08 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20520 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, Morgana Digifold - Folder: The system is a totally new technology to finish even the most sensitive of materials. The DigiFold is aimed at the print-on-demand market and handles output from digital color printing systems and heavy cross-grained stocks printed by conventional litho. Fully automated, compact and easy to use, the suction-fed DigiFold is the only automated folder using a creasing rule and matrix with the ability to crease material prior to folding. Unlike scoring, which breaks the surface of the material, the creasing rule and matrix mechanism prevents cracking during the folding process.The DigiFold uses a series of very large diameter fold rollers and a 'flying knife' to gently push the material between the fold rollers. A combination of large diameter rollers and the knife, which is speed matched to the material, helps to reduce the possibility of marking or scratching of the finished work. Unit can be used for perfing, scoring and slitting, but it is not fast and thus not recommended.The DigiFold can be set to operate in three modes: For standard folding configurations it works in set to fold mode where, once the required fold and sheet length have been selected, the units powerful program automatically sets the creasing and folding position. A motorized conveyor establishes the optimum position for stacking the finished work. In set to mode, the operator dials in the creasing and folding positions. This mode is particularly useful where extra creases are needed and allows difficult configurations such as the closed gate to be programmed. The third mode of operation allows the DigiFold to be used as an automated creasing machine from which the creased work is delivered flat. Alternatively, the creasing operation can be bypassed and conventionally printed and/or lighter stocks folded. This versatility adds to the printers productivity and ensures maximum utilization of the machine. Specifications: Feeding SystemBottom Suction FeedMaximum Sheet Size630mm (24.9) x 330mm (13)Minimum Sheet Size140mm (5.5) x 160mm (6.3)Maximum Paper Weight350gsm+Minimum Paper Weight120gsmMaximum # Creases Per Sheet9Maximum # Folds Per Sheet2Maximum # Stored Programs6Minimum Repeat Crease Distance4mm (0.15)Minimum Crease DistanceFrom lead edge25mm (0.98)Minimum Fold DistanceFrom lead edge25mm (0.98)Speed Per Hour (A4 Material)1800DimensionsL: 1830mm (72.3) H: 1185mm (46.8) W: 555mm (21.9)Weight180kgsPower Requirement1 Phase 230 volts., 1, EA; LI 002, Narrow creasing blade and Anvil Assembly, 1, EA; LI 003, Blade Extraction tool-operator side, 1, EA; LI 004, Blade Extraction tool-lay side, 1, EA; LI 005, 20-tooth perforating blade, 1, EA; LI 006, 28-tooth perforating blade, 1, EA; LI 007, 56-tooth perforating blade, 1, EA; LI 008, Anvil (for use with perforating blades), 3, EA; LI 009, Narrow sheet extension sidelay, 1, EA; LI 010, Landscape paper guide, 1, EA; LI 011, Morgana Anti-static discharge kit, 1, EA; LI 012, Installation, 1, EA; LI 013, Freight Charge, 1, EA; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been substantially transformed in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered substantially transformed based solely on its integration into IT or other systems. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f428bd52b2dfeca4215a8b2522bdfe9a&tab=core&_cview=1)
 
Place of Performance
Address: Washington, DC 20520<br />
Zip Code: 20520<br />
 
Record
SN01639222-W 20080815/080813223451-f428bd52b2dfeca4215a8b2522bdfe9a (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.