Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2009 FBO #2697
SOLICITATION NOTICE

70 -- DVD/BluRay Duplicator

Notice Date
4/13/2009
 
Notice Type
Modification/Amendment
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
National Gallery of Art, Office of Procurement and Contracts, Purchasing and Contract Operations Department, 2000B South Club Drive, Landover, Maryland, 20785, United States
 
ZIP Code
20785
 
Solicitation Number
NGA-RFQ-09-128
 
Archive Date
5/12/2009
 
Point of Contact
David T Reindl,, Phone: 202-842-6515
 
E-Mail Address
d-reindl@nga.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The National Gallery of Art (hereinafter "Gallery" or "NGA") is soliciting quotes for the purchase of a custom-built DVD/BluRay disk duplicating system ("Duplicator"). The Gallery seeks a proposed solution to their need for duplicating disc-based media in a wide range of formats, and containing content of internal, outside, and international origin. The Gallery, being a repository of archival media as is the case with many museums, is often called upon to provide access to archived content for public support, educational programming, and scholarly research. Therefore, there is frequent need for disc duplication in CD, DVD, and Blu-Ray formats, and to accurately reproduce audio, video, imaging, and data file content. The minimum technical requirements for the Duplicator are: • Five (5) target burner; • Minimum 500GB hard drive with computer-grade power supply; • Free firmware updates available by email, throughout the life of the product; • Duplication of at least the following standards/zones: CDR, DC-RW, DVD-R, DVD+R, DVD-RW, DVD+RW, DVD D/L, BRD, BRD D-L, BRD-RW, BRD+RW; • Toll-free tech support and component warranties for at least six (6) months; and • One (1) Printer and at least two (2) cartridges for printing labels (printer shall print directly onto the disk - not on independent adhesive labels). By submitting a quote, vendor certifies that the Duplicator quoted satisfies the above minimum requirements. Optional features and additional information required to be provided in Vendor's quote: • Vendor must provide a statement demonstrating responsiveness to firmware updates and quick relay of them to the NGA (I.e. How frequently/quickly will vendor provide updates to the NGA?); • Provide a list of any additional standards/zones of media that are duplicable, in addition to the minimum types identified above; • Provide information on any extended warranty/support available for the Duplicator in addition to the minimum six (6) months required; • Provide a statement describing the speed and efficiency of the duplication process with the build that is quoted, as well as any available options for speed-increasing capabilities; and • Identify any additional features provided with the quoted Duplicator. 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; quotes are being requested and an additional written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31. The solicitation documentation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31. FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. FAR 52.212, Evaluation-Commercial Items, is applicable to this acquisition. In addition to Price, the following Technical Factors will be used in evaluating quotes, listed in increasing order of importance: (1) Vendor's Prior Experience and (2) Ability to Provide Maximum Features. Technical factors will be weighted slightly heavier than price. The vendor submitting (hereinafter the "Vendor) a quote is responsible for providing information in its quote sufficient to allow the Gallery to evaluate the quote using these evaluation factors. Vendors must submit a Firm-Fixed Price, including a breakdown of pricing that, at a minimum, delineates the price for the duplicator with all minimum requirements, with options priced separately. Vendor shall provide technical documentation for all major components included in the quoted Duplicator. Furthermore, Vendor shall provide an explanation of why the proposed combination of components would benefit the NGA and provide the NGA with the best value over a different combination of components. The NGA may use this information in its technical evaluation of proposals. Vendor shall also provide at least three examples of prior experience building similar custom systems for other clients. The NGA will give preference to experience building similar systems for gallerys, museums, cultural institutions, or government agencies. Pricing information shall be submitted separate from the technical information requested above. The NGA intends to award a contract to the Vendor whose quote, in its entirety, demonstrates that the Vendor will provide the best value to the NGA. An award may be made to a Vendor whose quote does not represent the lowest price or the highest technical score. The National Gallery of Art seeks proposed solutions to their need for duplicating disc-based media in a wide range of formats, and containing content of internal, outside, and international origin. Vendors are also advised that a contract award may be made without discussion or negotiation, so vendors are encouraged to submit their best value quote. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, which incorporates by reference, the following FAR clauses: 52.203-6 Restrictions on Subcontractor Sales to the Government (Alt 1, OCT 1995); 52.219-8. By submitting a quote in response to this RFQ, the vendor warrants that any goods or services provided to the Gallery in satisfaction of this requirement are fit for the ordinary purposes for which they were designed, as well as the particular purpose(s) specified in the this solicitation, and any additional purposes as represented by the vendor. This procurement is a Total Small Business Set-Aside. The Small Business Administration (SBA) Business Size Standards for the NAICS code indicated in this synopsis applies. However, all responsible large businesses able to sell all components on an eligible GWAC schedule may submit a quote by email, fax, mail, or courier service, which shall be considered by the Gallery. No open-market quotes from large businesses will be accepted. All quotes must be delivered to: David Reindl, Office of Procurement and Contracts (APC), 2000B South Club Drive, Landover, MD 20785; F: (202) 312-2792; P: (202)842-6515; d-reindl@nga.gov on or before the Response Date specified in this synopsis.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8e8d2cdfcf5ef96e17c17523ac13caf7&tab=core&_cview=1)
 
Place of Performance
Address: 2000B South Club Drive, Landover, Maryland, 20785, United States
Zip Code: 20785
 
Record
SN01791302-W 20090415/090413215533-4ac58d540f90f8c2b65af055ec8b7d0a (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.