Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2016 FBO #5348
SOLICITATION NOTICE

70 -- (4) HS MICROFICHE SCANNERS, SOFTWARE, BASE/OPTION YEARS MAINTENANCE/UPDATES - ATTACHMENTS

Notice Date
7/13/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333316 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
National Archives and Records Administration, NAA, Acquisitions Division, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001, United States
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-16-Q-0045
 
Archive Date
8/17/2016
 
Point of Contact
Kevin Schumacher, Phone: 314-801-0596
 
E-Mail Address
kevin.schumacher@nara.gov
(kevin.schumacher@nara.gov)
 
Small Business Set-Aside
N/A
 
Description
ATTACHMENT 6 - GPAT ATTACHMENT 5 - QUOTE FORM ATTACHMENT 4 - FAR CLAUSES ATTACHMENT 3 - ADDENDUM ATTACHMENT 2 - SPEC - SOW ATTACHMENT 1 - SCHEDULE NATIONAL ARCHIVES AND RECORDS ADMINISTRATION REQUEST FOR QUOTES (4) HS MICROFICHE SCANNING SYSTEMS WITH IMAGE PROCESSING SOFTWARE AND BASE AND (4) FOUR OPTION YEARS OF MAINTENANCE/SOFTWARE UPDATES NATIONAL PERSONNEL RECORDS CENTER NAMA-16-Q-0045 This is a combined synopsis/solicitation for commercial services in accordance with FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quotation number is NAMA-16-Q-0045. This Request for Quotation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88 effective June 15, 2016. This requirement is unrestricted under NAICS 333316 Photographic and Photocopying Equipment Manufacturing. All qualified business sources may submit a quote which will be considered by the agency. The period of performance is: September 1, 2016 through August 31, 2017 and four (4) one (1) year option periods. This will be a firm-fixed price contract. REQUIREMENT: See Specification and Statement of Work (SOW) Attachment 2. The purpose of this contract is to provide up to (4) high speed microfiche scanning systems with image processing software and base and (4) four option years of maintenance/software updates at the National Archives and Records Administration (NARA), National Personnel Records Center, 1 Archives Drive, St. Louis, MO 63138. Contract line items (CLIN) 0001-0004 are for the base year period of performance: September 1, 2016 through August 31, 2017. (CLIN) 0005-0008 are Option Items within the base year period of performance September 1, 2016 through August 31, 2017. Follow-on Option Years may be exercised as provided for in FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000). Exercise of options is contingent upon availability of funds for the option period of performance (FAR 52.232-18, Availability of Funds) (APR 1984). CONTRACT LINE ITEM NUMBER(S): See Attachment 1, Schedule of Prices. The Offeror must price each CLIN for supplies as a LOT price. The Offeror must price each CLIN for services as a monthly price and extended amount for maintenance of the entire CLIN quantity for the base and each option year. DATES/PLACE OF DELIVERY/ SERVICE: NARA - NPRC, 1 Archives Drive, Saint Louis, MO., 63138. FOB: Destination. The following Federal Acquisition Regulation (FAR) clauses are incorporated and are to remain in full force in any resultant contract, with the exception of FAR provisions which will be removed prior to issuance of the contract: FAR 52.212-1, Instructions to Offerors - Commercial Items (Oct 2015) - Note: Delete paragraph (h), Multiple Awards. See below for additional quotation submission instructions. EVALUATION (In lieu of FAR 52.212-2): Evaluation and award will be in accordance with Simplified Acquisition Procedures at FAR Subpart 13.106, Solicitation Competition, Evaluation of Quotations or Offers, Award and Documentation authorized by FAR Subpart 13.5, Test Program for Certain Commercial Items as prescribed by FAR 12.301(c)(2). NARA intends to award a Firm Fixed Price purchase order based on its assessment of LPTA to the Government. Selection will be determined by the Lowest Price Technically Acceptable (LPTA) quotation based on the total contract price. All technical factors combined are less important than price. Technical evaluation factors: (1) Technical Understanding and Approach and (2) Relevant Past Performance. Therefore, award will be made to the responsible Contractor whose quotation, conforming to the RFQ, represents the Lowest Price Technically Acceptable quotation. Attachment 5, Quotation Submission Form. The firm-fixed unit prices must include the fully burdened cost for delivering the supplies/services required by this contract. See Attachment 1, Schedule of Prices. The contractor agrees to hold the prices in its quotation firm for 90 calendar days from the date specified for receipt of quotations. Exceptions taken to any terms and conditions stated in the RFQ must be clearly outlined on a separate page of the Contractor's quotation entitled "Exceptions". The Contractor must also include complete rationale, justification, and the cost impact of each exception noted. The Government reserves the right to make an award on the initial quotation without discussions. AFFIRMATION STATEMENTS: Contractors must confirm in their quote that all PC/server/storage devices/monitors (fiche scanning device is exempted) quoted meet the Energy Star® energy and EPEAT use requirements. All items quoted must be IPv6 compliant. Section 508 Program Need - Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for the following program need: "Video and Imaging Input Devices." Section 508 Deliverable Requirements - Technical standards from 36 CFR part 1194 Subpart B have been determined to apply to this acquisition. Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those technical provisions identified as applicable in Attachment 6, Government Product/Service Accessibility Template (GPAT). Functional performance criteria from 36 CFR part 1194 Subpart C have been determined to apply to this acquisition. Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those functional performance criteria identified as applicable in Attachment 6. Information, documentation, and support requirements from 36 CFR part 1194 Subpart D have been determined to apply to this acquisition. Solicitation respondents must describe how the information, documentation, and support proposed for Video and Imaging Input Devices deliverables meet at least those information, documentation, and support requirements identified as applicable in Attachment 6. Section 508 Acceptance Criteria - Video and Imaging Input Devices delivered as a result of this solicitation will be accepted based in part on satisfaction of identified Section 508 requirements for accessibility. Video and Imaging Input Devices delivered must include a completed GPAT, a sample of which is included as a part of this solicitation. Contractors must complete and return RFQ Attachments 5, Quote Submission Form. It is the Contractor's responsibility to ensure that NARA is not provided either counterfeit or grey market products. In the event that such IT products are determined to be counterfeit or grey market, NARA will seek all available legal remedies including criminal prosecution. Counterfeit information technology product means any item of information technology (IT), including hardware and software that is an unauthorized copy, replica, or substitute. A grey market or gray market also known as parallel market is the trade of a commodity through distribution channels which, while legal, are unofficial, unauthorized, or unintended by the original manufacturer. As a result manufacturers will not honor associated warranties and service agreements. Unless you, the Vendor, are authorized by the manufacturer to resell the particular items you are quoting in the USA, it is in your best interest as well as the Government's that you simply do not respond. NARA will verify with the manufacturers immediately upon order issuance that the Contractor is an authorized reseller for this buy. Any issues with the information provided by the manufacturer to the Government about the grey market status of the items must be addressed by the Contractor to the manufacturer. The Government will immediately cancel any order based on a quotation of grey market items. In an effort to further ensure NARA is receiving new, manufacturer approved OEM items and will receive the benefits of any warranties or other manufacturer guarantees, NARA requires contractors to submit with their quote proof in writing from the OEM manufacturer of their status as an authorized/certified OEM Contractor of the manufactured items. Contractors must complete and return Attachment 5, Required Quote Information, and Attachment 6, Government Product/Service Accessibility Template (GPAT), in order for their quotations to be considered. TAA COMPLIANCE: As this award is expected to exceed the TAA compliance threshold, TAA compliance is required. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Apr 2016) - An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) - See Attachment 3, Additional NARA Terms and Conditions (Addenda to FAR clause 52.212-4); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2016) - see Attachment 4, FAR Clauses. Full text provisions and clauses can be found at http://www.acquisition.gov/far/. QUESTIONS: Questions regarding this RFQ must be submitted in writing to Kevin Schumacher at kevin.schumacher@nara.gov no later than 12:01 PM CT on, July 19, 2016 to be considered. Questions submitted in any other manner will not be answered. The Government will answer questions or requests for clarification via a written RFQ amendment. RFQ CLOSE DATE: Quotations should be received by 12:01 PM CT on August 2, 2016. Failure to submit quotations by the due date may result in rejection of the quotation as untimely. Contractors submitting via e-mail are cautioned to allow one extra business day for delivery and confirm receipt of quotation as the e-mail will need to pass through IT security. QUOTATION SUBMISSION INSTRUCTIONS: NARA requests that contractors email one (1) copy of the quotation to: kevin.schumacher@nara.gov. However, contractors may mail one (1) hardcopy and one (1) CD of the quotation. Mailed quotations must be sent to: National Archives and Records Administration (NARA), Attention: Kevin Schumacher, Contract Specialist, 1 Archives Drive, Room 360, Saint Louis, MO 63138.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-16-Q-0045/listing.html)
 
Place of Performance
Address: National Personnel Records Center, National Archives and Records Administration, 1 Archive Drive, Saint Louis, Missouri, 63138, United States
Zip Code: 63138
 
Record
SN04181410-W 20160715/160713235108-22d010f6ed3ea359f30a8c5041a3267d (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.