Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2010 FBO #2989
SOLICITATION NOTICE

W -- IDIQ contract for copiers in Korea - Presolicitation with table

Notice Date
1/28/2010
 
Notice Type
Presolicitation
 
NAICS
532420 — Office Machinery and Equipment Rental and Leasing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DAPS - Mechanicsburg, 5450 Carlisle Pike, Mechanicsburg, Pennsylvania, 17055
 
ZIP Code
17055
 
Solicitation Number
SA470510R0058
 
Archive Date
1/1/2011
 
Point of Contact
Tim Sittig, Phone: 7176052594
 
E-Mail Address
timothy.sittig@dla.mil
(timothy.sittig@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
A complete copy of the verbiage on FBO with the historical useage table. The Document Automation and Production Service (DAPS) intends to issue a solicitation prior to October 1, 2010 for multiple award Indefinite Delivery contracts to lease multifunction devices though out South Korea for a base year with options for three additional years. The lease terms will be for 48-months on an ‘option type’ delivery order. The pricing in effect at the time of the issuance of the delivery order will prevail for the term of the lease. All maintenance, copies, and consumable supplies with the exception of staples and paper are to be supplied as part of the lease price. The base period minimum has not been established however historical records indicate placing approximately 270 devices within the first year throughout South Korea. The maximum estimate for the base and all option periods is $38 million USD. This figure is only a possibility as the U.S. Government only has to award the guaranteed minimum which has yet to be established. Devices will be ordered by volume bands. All devices will be network, fax, print, and scan capable. The only deviation is for devices that will be used for classified materials. These devices will require a removable hard drive. Presently the six volume bands are: - VB0: Minimum 15 copies per minute, 600 dpi or greater, with an expected monthly volume of 2,000 copies. This volume band is anticipated to account for 43% of the orders. - VB1: Minimum 25 copies per minute, 600 dpi or greater, collating and stapling capabilities, with an expected monthly volume of 5,000 black and white, and 2,000 color copies. This volume band is anticipated to account for 33% of the orders. - VB2: Minimum 30 copies per minute, 600 dpi or greater, collating and stapling capabilities, with an expected monthly volume of 10,000 black and white, and 5,000 color copies. This volume band is anticipated to account for 19% of the orders. - VB3: Minimum 40 copies per minute black and white, 35 copies per minute color, 600 dpi or greater, collating and stapling capabilities, with an expected monthly volume of 20,000 black and white, and 10,000 color copies. This volume band is anticipated to account for 3% of the orders. - VB4: Minimum 50 copies per minute black and white, 45 copies per minute color, 600 dpi or greater, collating and stapling capabilities, with an expected monthly volume of 30,000 black and white, and 20,000 color copies. This volume band is anticipated to account for 2% of the orders. - VB 5: Black & white with a minimum of 60 copies per minute, 600 DPI or greater, collating and stapling capabilities, with an expected monthly volume of 80,000 copies per month for B/W. Presently there are no known VB-5 requirements. - VB6: Black and white with a minimum of 70 copies per minute, 600 DPI or greater, collating and stapling capabilities with an estimated maximum of 120,000 copies per month for B/W. Presently there are no known VB-6 requirements. These devices will be capable of being configured to comply with: * U.S. Army or Air Force security and configuration requirements. - U.S. Air Force AFI 33-200 - U.S. Army; Secretary of the Army memo NETC-EST-IA dated 1 November 2005, - U.S. Army Regulation 25-2 Chapters 4-5c(6) and 4-12a - U.S. Army CIO/G6 message SAIS-XZA CIO/G, DTG 041939Z Feb 2006 * The Defense Information Systems Agency (DISA) technical guide title Sharing Peripherals Across the Network (SPAN), * Be Section 508 compliant (Title 36 Code of Federal Regulations Section 1194.23 etc.) * Warranted to operate on and coexist on a network supporting any and all of the following: - Internet Protocol Version 4 (IPv4), - Internet Protocol Version 6 (IPv6), or - A hybrid of IPv4 and IPv6, * Be validated through the National Information Assurance Partnership (NIAP), and * Be capable of being accredited through the United States Department of Defense Information Assurance Certification and Accreditation Process (DIACAP). A draft solicitation and statement of work will be published when available for industry comments. The data provided in the following table is provided for historical purposes only. Area I is USAG Yongsan. Area II is USAG Humphreys and UASG Red Cloud Area II is USAG Taegu, Osan AB, and Kunsan AB. *** See atched file for a complete copy of this announcement and the table of historical useage. The U.S.Government invites comments on this acquisition and in particular is requesting information concerning Common Access Card (CAC) readers. Are these available within Korea? If so, and depending on cost, CAC readers may become part of the requirement. Any requirements stated herein are subject to change depending on industry comments and the U.S. Governments needs. Interested parties with comments, questions, or an interest in providing proposals are requested to reply to the Contracting Officer by February 15, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DAPS/SA470510R0058/listing.html)
 
Record
SN02052561-W 20100130/100128235624-c9a5152a3ef7d6403d27ffeeeb399f1a (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.