SOLICITATION NOTICE
70 -- High-Speed Laser Printers
- Notice Date
- 9/10/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Nuclear Regulatory Commission, Office of Administration, Division of Contracts and Property Management, 11545 Rockville Pike, Rockville, MD, 20852-2738
- ZIP Code
- 20852-2738
- Solicitation Number
- 102070270
- Point of Contact
- Michael Mills, Procurement Specialist, Phone (301) 415-6550, Fax (301) 415-8157,
- E-Mail Address
-
mxm6@nrc.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial item, prepared in accordance with FAR 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Direct all questions or inquiries referencing this Request for Quotations (RFQ) to Mr. Michael Mills, Contracts Specialist (301) 415-6550, (301) 415-5396 (fax). Sealed offers must be received at the U.S. Nuclear Regulatory Commission (NRC), Division of Contracts and Property Management, T-7-I-2, Washington, DC 20555, by 4:30 P.M. on 09/17/02. All hand- carried proposals including those delivered by private delivery services must be delivered to the loading dock security station located at 11555 Rockville Pike, Rockville, MD 20852 and received in the depository located in Room T-7I2. All offerors shall allow extra time for internal mail distribution. NRC is a secure facility with perimeter access control and NRC personnel are only available to receive hand-carried proposals between 7:30 AM - 3:30PM, Monday through Friday, excluding Federal Holidays. Solicitation No. 10270270 herein is issued as a Request for Quotations (RFQ). This RFQ is a "small business set-aside" requirement under simplified acquisition procedures and the NAICS is 334119, size standard not to exceed 1000 employees. The NRC intends to issue a commercial Item, fixed price purchase order award for two (2) high speed printers. The purchase order award will be based on the lowest priced, technically acceptable offer. The NRC has a requirement to support laser printer output for various NRC systems applications, such as Federal Financial System ( FFS) , Human Resource Management System (ARMS), and Fee's. These applications generate large reports and need to be printed on laser printers with continuous form paper. Currently, these jobs are printed on HP5000 F135 and HP 5000 F100 high speed laser printers connected to HP9000 H30 servers. The HP9000 functions as a print server. Print jobs are generated via SNARE, IP, and directly from the HP. The HP5000 printers will be going off-line in December 2002 and NRC must replace the printers. The contractor shall provide all necessary hardware and software to successfully replace these printers and provide at a minium, the same functionality of the current printers. The contractor shall provide in writing, a detailed explanation on how the proposed printers will integrate with NRC's HP-Unix printer and IP printing from the NRC's LAN in order to meet NRC's printing requirements. Offerors shall demonstrate in writing that the proposed printers can support NRC's high-volume periods. Refer below to NRC's anticipated volume. To be determined technically acceptable, an offeror's proposed printer shall meet the NRC's minimum requirements. All proposed offers shall include installation and configuration, all necessary internal and external cables, documentation, any additional equipment required to provide needed functionality, systems support and operator training, hardware maintenance. There shall be a 30-day trial period to demonstrate that the proposed printers meet NRC' s requirements. The laser printers shall meet the following minimum requirements: (a) 40 ppm (b) Printing of standard 132 columns by 60 lines on 11"' by 8.5" or 14" by 8.5" continuous fanfold paper (c) Print rate of 40 PPM for 11.5" by 8.5" paper (d) Print portrait, landscape and forms without changing the paper or requiring operator intervention (e) Support for PCL4 at a minimum as well as line printer font (f) Support for TCP/IP and at least one other connectivity method (ie serial)(g) Provide for printing from SNA/RJE link (h) resolution of 300 X 300 dpi (i) highest volume of printing will be 30,000 pages over a two-day period once a month. Installation Requirements: (a) The contractor shall fully install the hardware and any proposed software to ensure the successful operation of the printers. b) The contractor shall provide a site-preparation guide to include all necessary power, environmental, and telecommunication requirements. User Manual: The contractor shall provide all necessary manuals and documentation for hardware and software provided under this requirement. This should include a list of recommended consumables, and supplies needed for the printer. Maintenance: The contractor shall provide one-year full service onsite maintenance that includes parts, labor, and associated travel cost for all hardware components under this requirement. Remedial and preventive on-call maintenance shall be provided. The response-time for remedial on-call maintenance shall be at a minimum 4 hours from time of the initial contact by NRC project officer or designee. The minimum maintenance coverage required is 16 hours per day, 7 days per week, with a four (4) hour response time. Test and Acceptance: Upon award to the successful offeror, there shall be a 30-day trial period to demonstrate that the proposed printers meet NRC' s requirements. This "test and acceptance" will be based on an all-or-none basis. The contractor shall deliver and install one (1) printer for a test period of 30 calendar days. Test and acceptance of printer. TEST: Connect to NRC HP9000 and make sure it prints from the Unix QUEUE. Print reports sent to HP via SNA/RJE from NIH Print report sent to HP via IPPrint reports sent to HP from local PC. Print legal, portrait and Landscape. Send high volume of print to printer ACCEPTANCE: All reports are printed correctly. Printer can handle volume print without stopping. If the printer does not meet the specifications requested, the purchase order will be terminated at no cost to the Government. If the equipment does meet the Government's requirements, the contractor will be contacted by the NRC's Contracting Officer and instructed to deliver and install the additional unit. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-09. FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation Commercial Items; and 52.212-4, Contract Terms and Conditions-Commercial Items apply to this acquisition. Offerors must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition with the following additional clauses: 52.203-6, 52.203-10, 52.216-18, 52.216-21, 52.217-9, 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.232-33, and 52.247-34. The full text of the provisions and clauses can be accessed electronically at http//www.arnet.gov/far.
- Place of Performance
- Address: U.S. Nuclear Regulatory Commission, Two White Flint North, 11545 Rockville Pike, Rockville, MD
- Zip Code: 20852
- Country: United States of America
- Zip Code: 20852
- Record
- SN00162837-W 20020912/020910214040 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |