Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2011 FBO #3595
MODIFICATION

70 -- Scanning Project

Notice Date
9/26/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
2201 C STREET, NW, Washington, DC 20520
 
ZIP Code
20520
 
Solicitation Number
SAQMMA11Q0255
 
Response Due
9/16/2011
 
Archive Date
3/14/2012
 
Point of Contact
Name: Paula Faye Cosson, Title: Contract Specialist, Phone: 7038755238, Fax: 1111111111
 
E-Mail Address
cossonpf@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 SAQMMA11Q0255 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 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 334613 with a small business size standard of 1,000.00 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 2011-09-16 14:00:00.0 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, 004977MIU. NSI PART#: NUAW01A01A. AUTOSTORE WORKFLOW (MFP LICENSE), 3, EA; LI 002, 004978MIU. NSI PART#:NUAW01A01M. AUTOSTORE WORKFLOW (1MFO LICENSE0 1 YR M&S, 3, EA; LI 003, 004998MIU. NSI PART#: NUAW05A01A. AUTOSTORE QUICKCAPTURE PRO (1TWAIN SCANNER LICENSE), 23, EA; LI 004, 005294MIU. NSI PART#:NUAQ05A01M.AUTOSTORE QUICKCAPTURE PRO(1 TWAIN SCANNER LICENSE) 1YR M&S., 23, EA; LI 005, 005003MIU. NSI PART#:NUAW15A01A. AUTORSTORE WORKFLOW ADDITIONAL OCR ENGINE ADD-ON., 2, EA; LI 006, 005297MIU. NSI PART#:NUAW15A01M. AUTOSTORE WORKFLOW ADDITIONAL OCR ENGINE ADD-ON 1 YR M&S., 2, EA; LI 007, 005016MIU. NSI PART#: NUAW32C01Q 1. AUTOSTORE PROFESSIONAL SERVICES (PER DAY), 5, EA; LI 008, 005016MIU. AUTOSTORE INSTALLATION AND CONFIGURATION (PER DAY), 4, EA; LI 009, ESTIMATED TREAVEL EXPENSES IF APPLICABLE FOR LINE ITEMS 7 AND 8, 1, LT; LI 010, NSI PART#:KV-S1025C-J. PANASONIC SMALL DESKTOP DUPLEX COLOR SCANNER., 21, EA; LI 011, NSI PART#:KV-S3065CW. PANASONIC LARGE DESKTOP DUPLEX COLOR SCANNER 65PPM., 2, EA; LI 012, 414004 - JAVA VM CARD TYPE F (C6055), 2, EA; LI 013, 414004 JAVA VM CARD TYPE F (9050G), 1, EA; LI 014, 414002 DATA OVERWRITE SECURITY OPTION TYPE H(DOSS) (c6055), 2, EA; LI 015, 413955. DATA OVERWRITE SECUIRTY OPTION TYPE (DOSS)(9050G), 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. If Seller is bidding Cisco brand equipment, Seller certifies that it is a Cisco Authorized Channel as of the date of the submission of its Bid, and that it has the certification/specialization level required by Cisco to support both the product sale and product pricing, in accordance with applicable Cisco certification/specialization requirements.Unless otherwise specified, Seller warrants that the products are new and in their original box(es). The Seller confirms to have sourced all Cisco products submitted in this Bid from Cisco or through Cisco Authorized Channels only, in accordance with all applicable laws and Cisco?s current applicable policies at the time of purchase. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all Cisco software is licensed originally to Buyer as the original licensee authorized to use the Cisco Software. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer?s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer?s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html.(b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default ?program files? directory and should be able to silently install and uninstall.(c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges.(d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. 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. 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. Diplomatic Affairs requires a document capture solution to address the above identified challenges in support of current eGovernment initiatives. Thedetailed requirements are as follows:The solution must enable an integrated scanning capability from its Savin multi-function devices (MFDs) and desktop scanners for scanning documentsdirectly into DA Reference Docs file structure.The solution must support panel level integration with Savin MFPs.The solution must support TWAIN integration with Panasonic desktop scanners.The solution must support automatic renaming of scanned documents based on indexing values input or selected by users. The following documentsindexing values must be supported:Document TypeCountrySubjectDocument DateFor indexing values, the solution must provide an interface that provides the ability for a user to select a value from a dropdown (e.g. selectFrance from a Country drop down list)For scanning from desktop scanners, the solution must support point-and-click indexing capability to automatically populate indexing fields byclicking on fields in the scanned image, in effort to minimize manual data entry keystrokes.The solution must enable integration with Active Directory for authentication.The solution must also integrate seamlessly with Windows folder access permissions (e.g. User 1 has access to DA Reference Docs folders A and B,User 2 has access to DA Reference Docs folders B and C, etc.)The solution must support real-time validation of scanning indexing data to minimize data entry error.The solution must enable automatic Optical Character Recognition (OCR) conversion of scanned images into searchable text format, including PDF,Microsoft Word, Microsoft Excel, and XML. The OCR solution must be able to support prioritized multi-threaded conversion to optimize throughput ofdocuments.The solution must support automatic image enhancement (including document de-skew and de-speckle) to improve document image quality and OCR results.The solution must provide full audit trail for all documents processed by the system. Data must include username, user email address, date/timestamp of scan and fax, IP address of machine sent, page count, recipient, and additional indexing information.The solution must be able to be centrally controlled from a server to provide efficient management of the system, including management of scanningand on all MFPs and scanners.The solution must have the ability to use custom logos on interface for user familiarity.In summary of the above requirements, Diplomatic Affairs is seeking a phased approach to document management with the initial ability to index andarchive documents, which provides the framework for a future conversion to a document management system.Additionally as part of the initial phase, Diplomatic Affairs requires an onsite assessment to review all current needs and workflows and proposeconfigurations that maximize the full potential of a document capture platform to streamline all important documents into the proper folders.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/SAQMMA11Q0255/listing.html)
 
Place of Performance
Address: Washington, DC 20520
Zip Code: 20520
 
Record
SN02592441-W 20110928/110926235313-f9442f244ec3ea6762ca4782fa542d52 (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.