SOLICITATION NOTICE
66 -- Continuous contact, wet-gate or full immersion, motion picture printers
- Notice Date
- 6/27/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Library of Congress, Contracts Services, Contracts Section, 101 Independence Ave SE LA-325, Washington, DC, 20540-9411
- ZIP Code
- 20540-9411
- Solicitation Number
- S-LC03016
- Response Due
- 7/29/2003
- Archive Date
- 8/13/2003
- Point of Contact
- Ruth Nelson, Contracting Officer, Phone 202-707-8610, Fax 202-707-8611,
- E-Mail Address
-
rune@loc.gov
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.102(c) and 12.3 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included with this notice. This announcement constitutes the only solicitation/proposal being requested. The solicitation number for this proposal is S-LC03016. This solicitation is issued as a Request for Quotation (RFQ). This acquisition is unrestricted. The Library of Congress intends to enter into a firm-fixed price contract for the following item(s): Two (2) continuous contact, wet-gate or full immersion, motion picture printers. The following clauses also apply to this solicitation: FAR Clause 52.212-1 Instructions to Offerors-Commercial Items, 52.212-2 Evaluation-Commercial Items, 52.212-3 Offeror Representations and Certifications - Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items and the following sections of FAR Clause 52.212-5 Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items; [ (11)52.222-21, Prohibition of Segregated Facilities, (12) 52.222-26, Equal Opportunity.11246, (16)52.225-3, Buy American Act-Supplies:41.U.S.C.10, (17)52.225-9, Buy American Act-Trade Agreements Act-Balance of Payments Program;41.U.S.C.10, 19.U.S.C.2501-2582] Any amendments hereby issued to this solicitation will be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. The following factors shall be used to evaluate offers: Past-Performance, Price, and Technical. The Government will award a contract resulting from this solicitation to a responsible offeror whose offer conforms to the solicitation and is considered most advantageous to the Government. Each offeror must submit three (3) references for verification of their performance of like products in this requirement. Each reference must contain the name, address and telephone number of the company or government agency for which the contract was performed as well as a contact person from that company or agency and the contract number if applicable. If offeror does not submit offer with a signed Standard Form SF-1449, submit offer on Company letterhead with a statement specifying agreement with the terms, conditions and provisions included in this solicitation to ATTN: Ruth Nelson, Contracting Officer. Library of Congress, Contract Section (LA 325), 101 Independence Avenue, S.E., Washington, D.C. 20540, Re: SOL# S-LC03016, fax your offer to (202) 707-8611 in accordance to FAR 52.215-5, Facsimile Proposal. All offers must be received on or before July 29, 2003 @ 2:00p.m., Eastern Standard Time. Award is anticipated no later than 09/30/2003 with a 180 calendar day performance period. COMMERCIAL ITEM DESCRIPTION SPECIFICATIONS FOR TWO (2) CONTINUOUS CONTACT, WET-GATE OR FULL IMMERSION, MOTION PICTURE PRINTERS THE LIBRARY OF CONGRESS MOTION PICTURE CONSERVATION CENTER A. BACKGROUND The Library of Congress Motion Picture, Broadcasting and Recorded Sound Division operates a full service motion picture conservation center located on Wright Patterson Air Force Base near Dayton Ohio. The Conservation Center consists of two units, the Film Vaults (building 167, area B) and the Preservation Laboratory (building 682, area B). The primary purpose of the Center is to conserve, preserve, and restore the Library=s nitrate film archive, the largest of its kind in the United States. Highly flammable nitrate motion picture film has not been manufactured in the United States since 1950, when its use in motion picture theaters was banned. Over 120 million feet of highly flammable nitrate motion picture film is stored in the Film Vaults. The Laboratory repairs and copies the nitrate film onto modern safety film stocks, which are non-flammable and less prone to deterioration. Approximately 3/4 of a million feet of nitrate film is copied per year in the Laboratory. Much of this copying work is accomplished using continuous contact full immersion motion picture printers. B. SCOPE The purpose of this contract is to purchase two (2) new printers to supplement, enhance, and insure the ability of the Film Laboratory to copy aged nitrate motion picture films into the future. C. GENERAL REQUIREMENTS The Contractor shall build, deliver, install, test, and certify for use by the Film Laboratory two (2) new motion picture printers. Contractor will warranty the supplied equipment and installation for a minimum of one (1) year after the certification for use is completed. D. SPECIFIC REQUIREMENTS The contractor will supply motion picture printers that have the following specific characteristics. Characteristics should be considered mandatory for compliance, except as noted. Options should be priced separately and clearly labeled as optional: D.1 Continuous contact type printer, with interchangeable format capability to include 16mm and 35mm formats as a minimum. D.2 Printer will include 35mm wet-gate or immersion head and transport sprockets for the picture, capable of safely transporting and copying at full resolution, nitrate motion picture film with up to 2.00% linear shrinkage. D.3. Printer will include 35mm analog sound printing head and transport sprockets capable of safely transporting and copying at full resolution nitrate motion picture film with up to 2.00% linear shrinkage. Wet-gate or full immersion sound head design is a desired option. Proposals that include this desired option will be given a higher compliance rating towards the award of contract. D.4. Printer will include 35mm digital optical sound head and Dolby digital sound compatible light source. D.5. Printer will include an option for 16mm wet-gate or immersion picture head and transport sprockets capable of safely transporting and copying at full resolution 16mm motion picture film with up to 1.25% linear shrinkage. D.6. Printer will include an option for 16mm analog sound head and transport sprockets capable of safely transporting and copying at full resolution 16mm motion picture film with up to 1.25% linear shrinkage. Wet-gate or full immersion sound head design is an additional desired option. Proposals that include this desired option will be given a higher compliance rating towards the award of contract. D.7. Printer will include options for printing standard pitch (un-shrunken) 16mm & 35mm motion picture films at full resolution using additional printing head modules. Printing head modules may be wet-gate, full immersion, and dry type printing heads. Prices for optional unshrunken heads should be listed and priced separately by type and gauge (16mm and 35mm). D.8. Factory recommended spare parts kit. Contents of kit should be listed. D.9. Installation and set-up, plus a minimum of 2 days staff training. D.10. Crating, shipping, insurance for delivery to Film Laboratory. E. DELIVERABLES The contractor shall deliver to the Library two (2) new motion picture printers, including all ordered options. Delivery, installation, testing, and certification will be completed within 180 days of award of contract. F. PERIOD OF PERFORMANCE The contractor shall have up to 180 days after award of the contract to complete the terms of the contract. Requests for extensions to this deadline must be made in writing to the contract office. Such requests must include a proposed new period of performance, along with stated reasons as to the nature of the delay and request for the extension. The Library has sole discretion as to the acceptance of such a request. G. BID SUBMITTAL INFORMATION Bidder shall state manufacturer and model number for each offered product, and shall provide complete product information for each offered product. The Library reserves the right to obtain technical information and to request clarifications when deemed necessary. Failure on the part of the Bidder to provide the complete documentation may be cause to reject the bid. H. REFERENCES Bidders shall provide a list of at least three (3) references where similar equipment has been provided. Each reference shall include the name of the organization, the complete mailing address, the name of a contact person and telephone number. Organization Contact Person Location Telephone _1_______________________________________________________________________________ _2_______________________________________________________________________________ _3_______________________________________________________________________________ I. DELIVERY AND INSTALLATION The Library expects delivery and complete installation within 180 calendar days after approval of submittals by the Library. Bidders shall indicate their firm delivery and complete installation date as follows: __________________________. The completion date may be a factor in making the award. J. SUBCONTRACTS No portion of the work shall be subcontracted without prior written consent of the Library. In the event that the Contractor desires to subcontract some part of the work specified herein, the Contractor shall furnish the Library the names, qualifications and experience of their proposed subcontractors. The Contractor shall, however, remain fully liable and responsible for the work to be done by its subcontractor(s) and shall assure compliance with all requirements of the contract. K. DRUG FREE WORKPLACE The Contractor acknowledges and certifies that he understands that the following acts by the Contractor, his employees, and/or agents performing services on state property are prohibited: a. The unlawful manufacture, distribution, dispensing, possession or use of alcohol or other drugs; and b. Any impairment or incapacitation from the use of alcohol or other drugs (except the use of drugs for legitimate medical purposes). The Contractor further acknowledges and certifies that he understands that a violation of these prohibitions constitutes a breach of contract and may result in default action being taken by the Commonwealth in addition to any criminal penalties that may result from such conduct. L. RULES AND REGULATIONS: The Contractor shall be responsible for ensuring that all personnel connected with the work comply with the rules and regulations of the Library. M. PARKING: Prior to the Contractor starting work, the Library will designate an area near the site for the Contractor's employees and others connected with the work to park vehicles. The parking of vehicles shall be restricted to this area. N. DELIVERY AND STORAGE: It shall be the responsibility of the Contractor, not the Owner, to make all arrangements for delivery, receiving, unloading, storing and security of materials during the term of the contract. O. CONTRACTOR'S TITLE TO MATERIALS: No materials or supplies for the work shall be purchased by the Contractor or by any Subcontractor subject to any chattel mortgage or under a conditional sales or other agreement by which an interest is retained by the seller. The Contractor shall have clear title to all materials and supplies for which are invoiced for payment. P. MAINTENANCE MANUALS: The Contractor shall provide three (3) loose-leaf bound operation and maintenance manuals including applicable electrical and mechanical schematics, parts list, and copy of all warranties. Q. WARRANTY: Contractor shall provide a warranty for the entire work against defective materials, workmanship and performance for a period of one year from the date of acceptance, excluding vandalism. Contractor hereby agrees to furnish, without cost to the Library, all labor, materials and transportation both ways for replacement of all materials, which are found to be defective during the warranty period. Warranty repairs shall be completed within 72 hours after oral notification. Repair parts shall be readily available for at least 10 years following the date of acceptance. Manufacturer's warranties, which exceed these requirements, shall be secured by the Contractor and conveyed to the Library. Note: In addition, the compressor shall be warranted for all parts for five years after acceptance. R. AS-BUILT DRAWING: The Contractor shall provide the Library a clean set of reproducible "as built" drawings and wiring diagrams, marked to record all changes made during installation or construction. The contractor shall also provide the Library with maintenance manuals and parts lists for all equipment. All "as-built" drawings and wiring diagrams, maintenance manuals, and parts lists shall be delivered to the Commonwealth upon completion of the work and prior to final payment. S. TECHNICAL ASSISTANCE: The Contractor shall provide to the Library a telephone number and proper person's name(s) to provide technical advise and help to either the Library or installing or warranty and maintenance Contractor. IMPORTANT: Bidder shall state the technical assistance person(s) name, title and complete address and telephone number.
- Place of Performance
- Address: Wright Patterson Air Force Base near Dayton, Ohio.
- Record
- SN00359262-W 20030629/030627213914 (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 |