Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2010 FBO #3155
SOLICITATION NOTICE

70 -- Book Scanners

Notice Date
7/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS/A&PO - Kent Street, 1777 Kent Street, Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
10WH674-001
 
Archive Date
8/4/2010
 
Point of Contact
Christopher Henshaw, Phone: 703-696-4013
 
E-Mail Address
christopher.henshaw@whs.mil
(christopher.henshaw@whs.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
WASHINGTON HEADQUARTERS SERVICES ACQUISITION DIRECTORATE 1777 NORTH KENT STREET, SUITE 12063 ROSSLYN, VA 22209 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, using Simplified Acquisition Procedures for Commercial Items and authority of FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 10WH674-001. This solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44, Effective 8 July 2010. The proposed contract is a competitive action and is 100% set aside for small business concerns. The NAICS code is 334119 and the Small Business Standard is 1,000 employees. The Washington Headquarters Services, Acquisition Directorate is requesting quotes for the following on a brand name or equal basis: Line Item: 0001 Item Description: Color Scanner Quantity: 1 Salient Characteristics: - Capability for high resolution scanning resulting in accurate color representation with scanning ability of documents up to at least 17” X 24” in size. - Scan resolution from 100 – 600 dpi; 36 bit color, 12 bit grayscale, bitonal, 1 bit b&w. - Scan speed: 1 sec./300 ppi in gray scale; 6 sec./300 ppi in color. - Output formats: Decompressed TIFF, TIFF G4, JPEG, PDF, JP2, Multipage TIFF, BNMP, PCS. - Scanning software (which includes clean-up tools for scans): crop, deskew, despeckle, recognize page edges, auto split the page and text, curvature correction for open book scans, black border removal, auto focus. - Ability to perform Optical Character Recognition (OCR) to convert scanned image to text. - Capability to scan bound book material as well as protect the books while scanning—usually with a glass plate. A book cradle is preferred. - Uses low heat LED lighting. - Lighting source that prevents operators from exposure to string lighting, and eliminates shadows. - Flexible file saving options, and management of scan jobs. **Zeutschel OmniScan 12000C meets these characteristics** Line Item: 0002 Item Description: Grayscale Scanner Quantity: 1 Salient Characteristics - Capability for high resolution scanning resulting in accurate color representation with scanning ability of documents up to 17” X 24” in size. - Scan resolution from 100 – 600 dpi; 36 bit color, 12 bit grayscale, bitonal, 1 bit b&w. - Scan speed: 1 sec./300 ppi in gray scale; 6 sec./300 ppi in color. - Output formats: Decompressed TIFF, TIFF G4, JPEG, PDF, JP2, Multipage TIFF, BNMP, PCS. - Scanning software (which includes clean-up tools for scans): crop, deskew, despeckle, recognize page edges, auto split the page and text, curvature correction for open book scans, black border removal, auto focus. - Ability to perform Optical Character Recognition (OCR) to convert scanned image to text. - Capability to scan bound book material as well as protect the books while scanning—usually with a glass plate. A book cradle is preferred. - Uses low heat LED lighting. - Lighting source that prevents operators from exposure to string lighting, and eliminates shadows. - Flexible file saving options, and management of scan jobs. **Zeutschel OmniScan 12000G meets these characteristics** Evaluation: The Government will evaluate quotes and make a selection based on the lowest priced technically acceptable quote. Pursuant to FAR 52.211-6, Brand Name or Equal, offers of “equal” products, including “equal” products of the brand name manufacturer, must: 1. Meet the meet the salient physical, functional, or performance characteristics specified in this solicitation. 2. Clearly identify each item by brand name (if any), and make or model number. 3. Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer. 4. Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. Additional Information: 1. Quotes must be firm-fixed-priced, and include all quantities listed, all or none. 2. Submit quotes via email to Chris Henshaw (christopher.henshaw@whs.mil). Only quotes submitted via email will be accepted. Contractors are responsible for verifying receipt of their quotes. 3. All responsible sources interested in this RFQ must respond no later than 10:00 AM Eastern Standard Time on July 20, 2010. 4. Offeror's shall include Tax Identification Number, CAGE Code, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes stated on their quotes. 5. Date of Delivery: 30 days After Receipt of Order (ARO). Inspection and Acceptance shall be at destination (supplies shall be delivered to the destination at the expense of the contractor). All quotes shall include ARO delivery information. POINT OF CONTACT: Chris Henshaw Contract Specialist Washington Headquarters Services/Acquisition Directorate Phone: (703) 696-4013 Email: christopher.henshaw@whs.mil Delivery: Attn: Donald Schroerlucke 5775 General Washington Drive Arlington, VA 22312-2418 The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in the following: FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1): Lowest price technically acceptable. FAR 52.212-3 Alt I Offeror Representations and Certifications – Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.204-7 Central Contractor Registration. FAR 52.204-9 Personal Identity Verification of Contractor Personnel. FAR 52.209-6 Protecting the Government’s Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.211-6 Brand Name or Equal. FAR 52.219-6 Notice of Total Small Business Set Aside. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-42 Statement of Equivalent Rates for Federal Hires 36.25%. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-18 Availability of Funds. FAR 52.232-33 Payment by EFT – CCR. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.211-7003 Item Identification and Validation. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/WHSAPO/10WH674-001/listing.html)
 
Record
SN02204615-W 20100715/100713235530-6f9233e1e9a5d302079a6d55b026bf9d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.