SOLICITATION NOTICE
70 -- Microfiche scanner, maintenance, and software support - Cost Worksheet
- Notice Date
- 5/14/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of Labor, Mine Safety and Health Administration, Acquisition Management Branch (WV), 1301 Airport Road, Beaver, West Virginia, 25813-9426
- ZIP Code
- 25813-9426
- Solicitation Number
- 454-12MR-1622
- Archive Date
- 6/23/2012
- Point of Contact
- Mindy L. Smith, Phone: 3042563537
- E-Mail Address
-
smith.mindy@dol.gov
(smith.mindy@dol.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Cost worksheet This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 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. The solicitation number is 454-12MR-1622 and it is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-59. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119, Other Computer Peripheral Equipment Manufacturing, with a small business size standard of 1,000 employees or less. This requirement is a total small business set-aside and only qualified Offerors will be considered. The following brand name or equivalent items are being sought: CONTRACT LINE ITEM NUMBER(CLIN)/DESCRIPTION/QUANTITY/UNIT 0001/Mekel Mach VII high performance microfiche scanner/1/EA 0002/ On-site full coverage preventative maintenance coverage (Base period-12 months)/1/EA 0003/Annual software support PMC contract-includes S/W upgrades/revisions (Base period-12 months)/1/YR 0004/Installation and training-Level 2-up to two days on-site/1/EA 0005/Shipping charges/1/Job(JA) 1001/Option Period I-On-site full coverage preventative maintenance coverage (12 months)/1/EA 1002/Option Period I- Annual software support PMC contract-includes S/W upgrades/revisions (12 months)/1/YR 2001/ Option Period II- On-site full coverage preventative maintenance Coverage (12 months)/1/EA 2002/ Option Period II- Annual software support PMC contract-includes S/W upgrades/revisions (12 months)/1/YR All CLINS are to be priced in accordance with the Product Specification. PRODUCT SPECIFICATION: ITC Justification: The purchase request is for a new microfiche scanner for the Office of Injury and Employment Information (OIEI) to convert microfiche into electronic images so the images can be imported into the document management system. Line Description Qty Unit 1. Mekel Mach VII high performance microfiche scanner 1 Ea 2. On-site full coverage preventative maintenance coverage (Base period-12 months) 1 Ea 3. Annual software support PMC contract-includes S/W upgrades/revisions (Base period-12 months) 1 Yr 4. Installation and training-Level 2-up to two days on-site 1 Ea 5. Shipping charges 1 Ea 6. Option Period I-On-site full coverage preventative maintenance coverage (12 months) 1 Ea 7. Option Period I- Annual software support PMC contract-includes S/W upgrades/revisions (12 months) 1 Yr 8. Option Period II- On-site Full Coverage Preventative Maintenance Coverage (12 months) 1 Ea 9. Option Period II- Annual software support PMC contract-includes S/W upgrades/revisions (12 months) 1 Yr Specifications: The purchase request is for a new microfiche scanner for OIEI to convert microfiche data to electronic images. OIEI has 7000-1 Mine Accident, Injury and Illness Reports, Return-To-Work Reports, and 7000-2 Quarterly Employment and Coal Production reports for 1980-2003 contained on microfiche. The microfiche data is difficult and time consuming to search when information requests are received. Electronic images converted by the scanner will be imported into the document management system, which will facilitate searching. The scanner must meet: • Fast, high performance 16/35mm microfiche scanner • 100-600 dpi true optical resolution • Up to 200 pages per minute • Fully automated and/or manual loading capabilities • Up 60 75 fiche at a time within the input hopper • Single pass intelligent prescan • Grayscale, bitonal or dual output • Automatic gain control to optimize image quality on the fly • Quantum Scan Strip Scanning Software/Quantum Process QA Software Additionally, the scanner must be capable of scanning a full microfiche film containing up to 70 images per film in a single pass. Following a pre-scan, the software shall provide an indication of the boundaries between images, and give the scan operator the opportunity to adjust the boundaries as necessary. The software shall also make an initial determination of the enhancements necessary to provide a readable image, and allow the scan operator to adjust as necessary. Output from each scanned microfiche film will be up to 70 Tagged Image File Format (TIFF)-Group 4 CCITT files that can be used in MSHA's OpenText DM document management system. Each image produced by the scanner must be of sufficient quality that specific data elements in the image such as the date, mine ID number or contractor ID number can be recognized using Cardiff Teleform version 10.x software, and used for indexing in the document management system. Finally, the hardware manufacturer must provide professional services including guidance and issue resolution for exception processing. For example, help process images that were filmed with poor quality or that are different than the majority of MSHA's filmed images. Additionally, professional services will include remote assistance as problems arise. Professional services must also include initial setup and configuration of MSHA's film types and also to provide training specific to these defined types. Ship to: Betty Murphy DOL/MSHA/PEIR-ITC One Denver Federal Center P.O. Box 25367 Building 25, Second Street, E-18 Denver, CO 80225-0367 Required Shipping Date: Within two (2) weeks of Contract Award. FOB: Destination. Tailgate delivery PERIOD OF PERFORMANCE: Delivery of microfiche scanner to be within 2 weeks of contract award. Services for maintenance coverage and annual software support to be: Base period: Date of delivery for a period of 12 months; Option Period I: 12 months; Option Period II: 12 months. PLACE OF PERFORMANCE: DOL/MSHA/PEIR-ITC One Denver Federal Center P.O. Box 25367 Building 25, Second Street, E-18 Denver, CO 80225-0367 The following provisions and clauses apply to this acquisition: FAR 52.204-6, Data Universal Numbering System (DUNS) Number; 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors-Commercial; 52.212-2, Evaluation-Commercial Items (See Addenda below); 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports for Veterans; 52.222-41, Service Contract Act of 1965; 52.222-50, Combating Trafficking in Persons; 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements; 52.225-13, Restrictions on Certain Foreign Purchases; 52.233-1, Disputes, Alternate I; 52.233-4, Applicable Law for Breach of Contract Claim; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.247-34, F.o.B. Destination. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items also applies to this acquisition to include 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Addenda to 52.212-2, Evaluation-Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: i) Adherence to Product Specification ii) Price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government will award a single Firm Fixed Price contract based on the Offeror whose quote, conforming to the specifications named in the Product Specification, will be the lowest price technically acceptable. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for Factor I, (Adherence to Product Specification). The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror's initial offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. EVALUATION SUMMARY: FACTOR I. - ADHERENCE TO PRODUCT SPECIFICATION-The Offeror shall submit evidence that acknowledges the features and tasks identified in the Product Specification to allow the Government to make a sufficient determination that the Offeror is capable of delivering the required items and performing the work. The Government will evaluate the Offeror's understanding of the work to be performed in accordance with the information outlined in the Product Specification. FACTOR II. - PRICE - The Government will evaluate offers for award purposes by adding the total of all CLIN prices, including all options to ensure that pricing is not unbalanced. Price will be evaluated for completeness and reasonableness using the techniques in FAR 15.404-1(b) (2). No adjectival ratings will be used to evaluate Price. The Offeror shall provide a document outlining their pricing using the contract line items listed above. Pricing must be provided separately from your proposal. ADJECTIVAL RATINGS: Quotes will be adjectivally rated against each of the evaluation factors set forth in this solicitation. Adjectival ratings for Factor I, Adherence to Product Specification follows. No adjectival ratings will be used to evaluate Factor II, Price. Factor I- Adherence to Product Specification will be rated using the following Adjectival Scale: Acceptable-The proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes strengths which significantly outweigh the weaknesses. The risk of unsuccessful performance is at least moderate, as the proposal solutions are feasible and practical. These solutions are further considered to reflect moderate risk in that they are clear and precise, fully supported, and demonstrate an understanding of the requirement. Unacceptable- The proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has numerous weaknesses which outweigh the strengths. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions are further considered to reflect very high risk in that they lack clarity or precision, are unsupported, and do not demonstrate a complete understanding of the requirement. Quotes must be received by Mindy Smith, Contract Specialist, no later than 3:00 PM (EST) on May 23, 2012. Quotes will be accepted by e-mail at smith.mindy@dol.gov. Quotes must be submitted in a format compatible with Microsoft Office 2007 or Adobe and valid for a period of 45 days after the close of this combined synopsis/solicitation. Pricing must be sent as a separate file. All questions on this requirement must be submitted in writing via e-mail to the Contract Specialist by May 18, 2012 at 10:00 AM (EST). Phone calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/BeacerWV/454-12MR-1622/listing.html)
- Place of Performance
- Address: DOL/MSHA/PEIR-ITC, One Denver Federal Center, Building 25, Second Street, E-18, Denver, Colorado, 80225-0367, United States
- Zip Code: 80225-0367
- Zip Code: 80225-0367
- Record
- SN02747371-W 20120516/120515000348-f2a216028a3bbc30a7bd6934c3a791e1 (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 |