Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2010 FBO #3274
MODIFICATION

74 -- Award to be made by SAIC-F under prime contract with the NCI-F. There will be no privity of contract between the seller and the Government (see description for further detail). Request for Quotation for Sharp MX-M453N copier

Notice Date
11/9/2010
 
Notice Type
Modification/Amendment
 
NAICS
423420 — Office Equipment Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Science Applications International Corporation, Building 1050, Boyles Street, Frederick, Maryland, 21702
 
ZIP Code
21702
 
Solicitation Number
1R5286
 
Archive Date
11/30/2010
 
Point of Contact
Shelly K. Hollinger, Fax: (301) 846-5311
 
E-Mail Address
hollingersk@mail.nih.gov
(hollingersk@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This procurement is being solicited for award by SAIC-F under its contract #HHSN261200800001E for Operations and Technical support at the National Cancer Institute-Frederick, a federally funded research and development center. SAIC-F is the prime contractor charged with operations and technical support of the government owned contractor operated (GOCO) facility. ------------------------------------------------------------ #2 Description of Amendment Delete Specification #1 - Monthly usage: color 1200, price per page: $ ____ #1 Description of Amendment Add specification #18 Please provide a price quote for the following items. 1) 1 each Sharp MX-M453N B&W Multifunctional Copier include the following: 45PPM B&W Digital Copier/printer/scanner/fax black/white and color scanning 100-sheet reversing single pass feeder ability to scan to email, USB, desktop, network folder, FTP, fax includes sharpdesk software powerful 800mhz true multi-tasking controller with 1200 x 1200 print resolution standard 80GB HDD: 38-GB document filing system with thumbnail view and image preview features qty - two (2) 500-sheet multi-purpose paper drawers: 11 x 17" maximum media size 100-sheet bypass tray AR-D5133NT, digital power filter (surge) MX-TRX2 right side exit tray MX-FXX2 facsimile expansion kit MX-DEX9 additional qty - two (2) 500 sheet paper drawers, MX-FNX9, inner finisher, with stapling sharpdesk scanning utility INTSUP initial supplies NETINSTALL, comprehensive network install by qualified professional 3-hole punch 2) Trade-in of Canon ImageRunner 5000, Serial # MPL45130 (list trade-in value as a separate line) Specifications 1) Offerors shall provide costs per page based on the following monthly usage. This pricing will be used for Total Cost of Ownership evaluation purposes only Monthly usage: B&W: 7000, price per page: $ ___________ 2) The catalog numbers listed are Sharp 3) Offerors are requested to quote on the items as specified or an equivalent. For an equivalent, complete specifications and/or descriptive literature will be provided with the response. Offerors are requested to indicate any differences from the specifications listed. Failure to provide complete informatioin may cause offer to be non-responsive. 4) Offerors offering alternate items may be required to provide a demonstration of their items prior to acceptance. 5) Installation of this equipment will be required as a part of any purchase order or contract issued as a result of this solicitation. 6) Warranty shall commence upon date of installation, integration, validation, and/or final acceptance. Warranty period shall be ________ months, including parts, labor and travel 7) Vendor must enable the copier's sanization (wipe) feature and provide documentation on any installed sanitization features. 8) Vendor is required to erase the trade-in copier hard drive using at minimum a 7 pass DoD 5220.00-M compliant sanization (wipe) or physically destroy the hard drive. This must be performed before the copier is removed from the premises. Vendor must supply a Certificate of Compliancy indicating the sanization worthiness or surrender the hard drive to SAIC-Frederick for sanization. This must be performed before the copier is removed from the premises. Vendor must provide method chosen for security protection above with their proposal 9) SAIC-Frederick Inc. is eligible for Federal Supply Schedule pricing. If the items offered are on FSS, the contract number must be cited and a copy of the GSA or VA schedule must accompany the offer. 10) Any shipping charges must be identified and listed on the response for evaluation 11) Partial offers will not be accepted 12) Offeror must state whether installation of this equipment and training on the use of this equipment is included in the offer price. In the event that these are not included in the purchase price, offeror must provide cost of a) installation and b) training as separate optional items on their offer 13) Award of this solicitation may be made without discussion 14) Offeror agrees to make delivery of the quoted items in _______ days after receipt of order. 15) SAIC-Frederick, Inc. will award a contract resulting from this solicitation to the responsible contractor whose offer conforming to the soliciation will be most advantageous, price, and other factors considered. The following factors shall be used as the basis of award: 1. Vendor Past Performance 2) Acceptability of Product/Service 3) Total Cost of Ownership 16) Offeror must self-certify in the Central Contractor Registration, https://www.bpn.gov/ccr/default.aspx to be eligible for an award 17) Offeror shall provide a certificate of insurance 18) Training must include the following elements: 1. Training NCI-F IT staff on: Security risks and vulnerabilities of device Best Practice operations Network set-up and control Software install and settings on Windows computers Fax functionality and email forwarding 2. Minimum four hour training for primary POCs including: Demonstration and practice of all walk-up functionality Demonstration and practice of all desktop client functionality Demonstration of scan and file storage capabilities Demonstration of fax capabilities 3. Minimum 30 minute group training to introduce all building occupants to walk up and desktop functionality
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NCIFCRF/1R5286/listing.html)
 
Place of Performance
Address: NCI-Frederick, SAIC-Frederick, PO Box B, Bldg 1050, Frederick, Maryland, 21702, United States
Zip Code: 21702
 
Record
SN02325177-W 20101111/101109234414-c1cebaf2f1ae85f32db619dcfbbcb599 (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.