Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2007 FBO #2070
SOLICITATION NOTICE

67 -- Procurem Durst Sigma Plus Film Scanner with Workstation

Notice Date
7/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3360, College Park, MD, 20740-6001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NAMA-07-Q-0061
 
Response Due
8/3/2007
 
Archive Date
8/18/2007
 
Description
Dear Offeror: The Special Media Preservation Laboratory (NWTS) of Preservation Programs (NWT) of the National Archives and Records Administration (NARA) is planning to issue a firm fixed price contract to procure one (1) Durst Sigma Plus film scanner and dedicated workstation to include on-site Set-up/Configuration, On-site Training, and Support. The business address for the National Archives is located at 8601 Adelphi Road in College Park Maryland, 20740. The award will be made to the Lowest Price Technically Acceptable Source in accordance with FAR Subpart 15.101-2. You are invited to submit a quotation utilizing Enclosure 1, Schedule of Prices for the Services specified in Enclosure 2, Performance Work Statement (PWS), under Request for Quotation (RFQ) NAMA-07-Q-0061. The quotation will be submitted in the form of a written quotation in accordance with the procedures outlined in Enclosure 3, Quotation Submission Instructions. You should submit the quote not later than 3:00 PM (EST) August 3, 2007: To aid you in your planning and quotation development, the following information is provided as enclosures to this RFQ: Enclosure 1 Schedule of Prices Enclosure 2 Performance Work Statement Enclosure 3 Quotation Submission Instructions Enclosure 4 Contract Administration (provides contract administration information and requests that certain data be provided by your firm). Enclosure 5 Terms and Conditions (provided additional clauses that will be included as part of the delivery order when it is issued). This request does not commit the Government to pay for any costs incurred in the preparation of this quotation or to contract for the supplies or service. All written information identified above must be submitted to the Contract Specialist (CS) at the following address: Mr. Jon McIver National Archives and Records Administration Acquisition Services Division (NAA) 8601 Adelphi Road, Room 3340 College Park, MD 20740-6001 Additionally, any questions regarding this RFQ and any terms and conditions should be submitted in writing to Mr. McIver not later than five working days before the deadline for receipt of quotations. Mr. McIver may be reached on telephone number 301-837-0286, fax number 301-837-3227, or e-mail at Jon.mciver@nara.gov. If you do not wish to submit a quotation for this effort, you are requested to notify Mr. McIver as soon as possible by e-mail or fax. LaVerne Fields Contracting Officer ENCLOSURE 1 NOTE: The Purchase Order Price will be determined by summing the individual CLIN prices. CLIN = Contract Line Item Number; PWS = Performance Work Statement; NTE = Not to Exceed; NSP = Not Separately Priced. NOTE: This is a firm fixed price order. 3.0 SCHEDULE OF PRICES NOTE: Insert unit prices proposed for each CLIN. The Total Contract Maximum Price will be determined by adding the CLIN prices for each year. CLIN = Contract Line Item Number; PWS = Performance Work Statement. Section A. Base from date of award through one year. CLIN 0001: Durst Sigma Plus film scanner with workstation, with long rollfilm and slide auto-feed attachments, Qty 1, Unit of Issue Each, Workstation Price $__ Total Price $__. CLIN 0002: Labor to Perform Installation & testing on CLIN 0001 Tasks in accordance with PWS Paragraph 2.1 and 2.3, 1 Lot, Not Separately Priced. CLIN 0003: Training to Operate system on CLIN 00001 in accordance with Paragraph 2.5, 1 Lot, Not Separately Priced. CLIN 0004: Data ? Deliverables on CLIN 0001 in accordance with Paragraph 2.5, 1 Lot, Not Separately Priced. TOTAL PRICE FOR THE YEAR: $__. ENCLOSURE 2 PERFORMANCE WORK STATEMENT FOR DURST SIGMA PLUS FILM SCANNER WITH WORKSTATION 1.0 INTRODUCTION Statement of Need The Special Media Preservation Laboratory (NWTS) of Preservation Programs (NWT) of the National Archives and Records Administration (NARA) needs to expand capabilities for the digitization/scanning of photographic records in NARA?s holdings. Currently, the Special Media Preservation Laboratory performs preservation reformatting historic photographic prints and negatives by scanning originals on flat-bed scanners and photographically copying and duplicating the originals. Given the number of photographic negatives, slides and transparencies in NARA?s holdings, the Still Photography Lab of NWTS needs a high-speed production film scanner to meet demands. For this work, the scanner needs to accommodate originals up to 4?x5? in size and have the ability to handle long-rolls of 70mm wide film with negatives and positives. The long-roll capability is needed for scanning several thousand rolls of preservation duplicates the labs have produced from original negatives over the last 12 years, scanning the rolls will be significantly less expensive than scanning individual negatives. 2.0 BASIC REQUIREMENTS 2.1 The NWTS labs need a photographic film scanner that meets the following minimum requirements. Currently, the NWTS labs consider the minimum pixel array for digital files from photographic originals to be a 4,000 line file (4,000 rows of pixels across the long dimension of the image) for originals smaller than 4?x5? and a 6,000 line file for 4?x5? originals, as per NARA? Technical Guidelines for Digitizing Archival Materials for Electronic Access (available at http://www.archives.gov/preservation/technical/guidelines.pdf). Other scanner specifications and performance requirements are cited below. 2.2 General Requirements: EQUIPMEMENT TO BE PURCHASED Qty Equipment and Services 1 ea Durst Sigma Plus film scanner and dedicated workstation with long rollfilm and slide auto-feed attachments. Offerors shall propose equipment to meet the National Archives' requirements and specifications. The selected vendor shall provide all equipment and services to the final approved list and specifications. NARA needs a film scanner for scanning transmissive photographic originals, including: Negatives and positives; Black-and-white and color; 35mm, medium format, 4?x5?, and 70mm long-roll Durst Sigma Plus Film Scanner with dedicated workstation ? Film scanner for cut sheet and roll film: Capable of scanning single cut film from 135mm to 4?x5? without transport mechanism; Long roll film transport for scanning uncut 70mm film rolls; auto frame edge detection; at least 10,500 pixel RGB linear array; capture at least 12 bits/color channel (3 channels); output high bit depth TIFF files; Capable of scanning color and B&W film in positive and negative modes; 3.0D minimum dynamic range. Film formats: APS, 135, 120, 9 x 12 cm, 4 x 5 in., 46 mm, 70 mm Film handling: manual for 4 x 5 in. sheet film and single cut frames; universal auto-film carrier for APS, 135 and 120/220, film strips and uncut rolls of film; attachment for handling long rolls of film up to 70mm wide; attachment for auto-feeding of 35mm mounted slides Film types: Color and black-and-white negatives, slides. Film carrier system: auto film transport combined with format dependent, exchangeable tensioning masks; automatic frame recognition; automatic DX code-recognition for 135 films Sensor: Line sensor 10.500 pixels RGB. AD converter resolution: 12 Bit minimum. Dynamic range: 3.0 D minimum. File formats: TIFF-LZW 8/16 bit, JPEG, BMP, PPM; RAW. Additional features and functions- Data Transfer ? scanner shall have high-speed data transfer to host computer. Targets and Calibration ? Digital camera system shall be provided with targets and software to calibrate camera. Scanner shall meet the following performance requirements: Color channel registration for RGB color files shall be-; Not to exceed 0.5 pixel misregistration between the individual channels in any direction; Image noise, as measured using ISO 15739, shall be- Not to exceed 0.7 counts, out of 255, in all color channels and for grayscale images. Image processing controls and tools for digital cameras ? including- Ability to set- For capture-; Spatial resolution (PPI); Encoding (bi-tonal, grayscale, RGB color, other color encodings); Bit-depth (8-bits per channel, 16-bits per channel); Ability to adjust tone and color reproduction; For saving files-; Spatial resolution; Encoding; Bit-depth. Tone and color image processing controls- Ability to place and neutralize at least 3 points on the tonal scale ; white-point; black-point; neutralize a mid-point; ability to set or define the levels for each of the above points ? ability to specify RGB levels for color scanning and % black for grayscale scanning. Automatic and manual white balance, and ability to turn off auto white balance; preset white balance setting for lights provided; custom white balance feature, and ability to save custom white balance. Automatic and manual color correction. Ability to control tone distribution and color balance via a curves or gamma adjustment. Ability to control color saturation. Ability to manually set all tone and color image processing controls and apply settings to all images created. Ability to save all setting and reuse for other batches or projects. User selectable and configurable image processing, including; unsharp mask sharpening for grayscale and color images; auto and manual rotate and flip of image files. ICC color management ? full ICC compliant color management workflow, including: Ability to assign standard or custom profiles to image files at time of capture and at the time of saving file, also ability to work without a profile. Ability to perform color transformations to standard or custom color spaces. Ability to set rendering intent used for color profile transformation (perceptual and relative colorimetric at a minimum). Ability to save image files with or without color profiles. Manual and auto naming- User definable naming conventions- Ability to set the number of characters; Auto count; Append prefix; Append suffix; Append file extension; Ability to save naming conventions. Ability to record metadata; Ability to define and save metadata in header tags and Adobe XMP (standard and custom panels) Ability to collect and save NISO Z39.87 compliant technical metadata 2.3 The contractor will perform all professional services for Setup and installation of the software on site which includes testing and configuration validation for software in the Special Media Preservation Labs. Testing to demonstrate the Telescope Software is working properly. 2.4 Training services for operation of work stations and server for NARA lab staff. NARA is looking for the industry standard training for any new software system after the system is proven operational. 2.5 Data deliverables are appropriate industry standard documentation on the operation of the equipment, on trouble-shooting problems, on maintenance procedures, and on repair procedures. NARA believes that technical manuals for the software will be a big part of the deliverables package. Any contractor unique issues will need to be covered in a format that meets industry standards and will be separate from the technical manuals provided. Testing results from CLIN 0002 will be included as data deliverables. 3.0 PLACE OF PERFORMANCE Work will be performed at the following location: Special Media Preservation Laboratory (NWTS) 8601 Adelphi Road in College Park Maryland, 20740 Entrance for installation will be via Metzerlott Road 4.0 PERIOD OF PERFORMANCE The period will be for installation the duration of installation, testing and receipt of deliverables. 5.0 HOURS OF OPERATION Work must be undertaken during regular business hours, Monday through Friday, unless mutually agreed upon by NARA Contracting Officers Representative (COR) and the Contractor. TASKS AND DELIVERABLES The deliverables are discussed in paragraph 2.5 above. Performance Specifications/Additional Requirements: MISCELLANEOUS REQUIREMENTS 6.1 All work must be completed on a schedule mutually agreed upon by the vendor and the Government no later than one year from contract award date in base year or applicable option year. 6.2 No transportation or travel expenses will be paid. 6.3 Vendor must accept direct deposit for payment. (Vendor must be registered with the CCR registry.) Government-furnished materials: N/A Subcontractors: In the event that subcontractors are needed for portions of this project, they shall be required to fully comply with all relevant portions of this performance work statement and the final contract between the Government and the prime Contractor. Enclosure 3 QUOTATION SUBMISSION INSTRUCTIONS The National Archives and Records Administration (NARA) requires Offerors to provide a written quotation, which is limited to 20 pages with a type font of no less than 10pt. to NARA officials for the purposes of assuring that the prospective Contractor fully understands the scope of this procurement and has the capability to complete all PWS requirements. NARA will incorporate the written quotation into the contract. Pricing information is excluded from the 20 page limit and should be submitted separately in CLIN structure from the Technical proposal. a. 1. Content of the Technical Quotation. The Offeror?s technical quotation to the Government must demonstrate the Offeror?s technical approach; personnel; and related experience and past performance. The purpose of the technical quotation is to enable the Government to assess and determine the soundness of each Offeror?s: demonstrated relevant knowledge and competence with regard to the Government?s requirements and program objectives; relevant capability to perform; understanding of, and approach to the work that the Offeror would have to perform under the prospective order; and the relevant challenges and risks. The technical quotation must not include any price or cost information. However, resource information such as data concerning categories, material manufacturer, and subcontracts must be contained in the presentation so that the Offeror?s understanding of the PWS can be evaluated. 2. Price Quotation. The quotations will be evaluated in accordance with the procedures outlined in FAR Subpart 15.101-2 and award will be made to the offeror that submits the lowest price technically acceptable offer. a.The period of performance will begin from date of award and go for one year, with the possibility of exercising four (4) 1 year options. b.The Offeror must provide the following information on the first page of the pricing quotation: (1) RFP Number; (2) Name and address of Offeror; (3) Name and telephone number of point of contact; (4) Name of contract administration office (if available); (5) Type of order; and (6) Proposed prices per the Schedule of Prices - best prices offered to the government (See Enclosure1). c.If the Offeror is on GSA schedule for similar efforts, provide an electronic link to the GSA contract along with the number. d.All other direct costs (ODCS) items must be separately identified and explained. Enclosure 4 Contract Administration GOVERNMENT CONTRACT ADMINISTRATION (a)This task order will be administered by: National Archives and Records Administration Acquisition Services Division, Code NAA Room 3340 8601 Adelphi Road College Park, MD 20740-6001 (b)Contract Specialist (CS): Mr. Jon McIver, Contract Specialist (CS) Telephone: (301) 837-0286 The Contracting Officer (CO), has the overall responsibility for the administration of this task order. Written communication to the CS must make reference to the task order number and must be mailed, postage prepaid, to the above address. (c)Contracting Officer (CO) LaVerne Fields (CO) Enclosure 5 Terms and Conditions Due to space limitation on FEDBIZOPS the Terms and Conditions (provided additional clauses that will be included as part of the purchase order when it is issued) are included by reference only. For a complete copy send e-mail to jon.mciver@nara.gov. NARA 4.1 SUBMISSION OF FORMS AND REPORTS JUL 2000 NARA 4.2MARKING OF INFORMATION OR REPORTS JUL 2000 NARA 7.2 DESIGNATION OF CONTRACTING OFICER?S REPRESENTATIVE identification badge and proximity card issuance. NARA 7.5 INVOICE SUBMISSION REQUIREMENTS A. Invoices should be submitted electronically to the following e-mail address: NAR@BPD.TREAS.GOV. Protected Microsoft Excel files are the preferred format, however, Adobe Acrobat Portable Document Format (PDF) and Microsoft word are also acceptable. To receive a free notification of your electronic payment, register at http://fms.treas.gov/paid. If electronic invoices are not possible, all original invoices (plus two copies) submitted for payment shall be sent to: ARC/ASD/NAR Avery 3F Bureau of Public Debt PO Box 1328 Parkersburg, WV 26106-1328 For Bureau of Public Debt paying office (ARC/ASD/NAR) payment and invoice questions, call 304-480-8000 NARA 8.1 SECURITY, PHYSICAL ACCESS SECURITY MAY 2006 NARA 8.3 STANDARDS OF CONDUCT NARA 8.4 PERMITS AND LICENSES SEP 1998 NARA 8.8 SIGN IN/SIGN OUT LOG SEP 1998 NARA 8.9 INSURANCE REQUIREMENTS SEP 1998 NARA 8.10 OVERTIMESEP 1998 NARA 8.11COOPERATION WITH OTHER ON-SITE CONTRACTORS SEP 1998 OTHER TERMS AND CONDITIONS (a) The Offeror must provide the Contractor Identification Number - Data Universal Numbering System (DUNS) FAR 52.204-6 (JUN 1999). (b) The Offeror must provide the Taxpayer Identification Number in accordance with FAR 52.204-3 (OCT 1998). (c) Exceptions Taken to any Terms and Conditions Stated in the RFP. Complete rationale, justification, and cost impact must be included. The Government advises Offerors that it intends to evaluate quotations and award an order without discussions. Questions regarding terms and conditions should be submitted in writing to the Contract Administrator not later than five (5) working days before the deadline for receipt of quotations. 52.216-1 TYPE OF CONTRACT APR 1984 The Government contemplates award of a Fixed Price Indefinite Delivery Indefinite Quantity contract resulting from this solicitation. Type of Contract (Apr 1984) (End of Provision) 52.217-5 EVALUATION OF OPTION JUL 1990 (IAW FAR 17.208(c)(1)) 52.217-8 Option to Extend Services (Nov 1999) NOV 1999 52.233-2 SERVICE OF PROTEST SEP 2006 (IAW FAR 33.106(a))CLAUSES 52.212-2 IAW FAR 12.301 ( c ) Evaluation?Commercial Items (January 1999) Part IV ? Representations and Instructions 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Nov 2006). An offeror shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (j) of this provision. Due to space limitation on FEDBIZOPS the Terms and Conditions (provided additional representations and certifications clauses must be included in proposal package. For a complete copy send e-mail to jon.mciver@nara.gov. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (Mar 2007) FAR 52.217-9, OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov or http://farsite.hill.af.mil/vffara.htm a. FAR 52.243-1 CHANGES ? FIXED PRICE (AUG 1987) b. FAR 52.245-4 GOVERNMENT FURNISHED PROPERTY (Short Form) JUN 2003) c. FAR 52.246-2 INSPECTION OF SUPPLIES ? FIXED PRICE. (AUG 1996) FAR 52.215-1 -- Instructions to Offerors -- Competitive Acquisition (Jan 2004) FAR 52.212-4 -Contract Terms and Conditions -- Commercial Items (Feb 2007)
 
Place of Performance
Address: National Archives and Records Administration, 8601 Adeliphi Road, College Park, Maryland
Zip Code: 20740-6001
Country: UNITED STATES
 
Record
SN01353864-W 20070728/070726222931 (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.