Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2015 FBO #4993
SOLICITATION NOTICE

67 -- Printing Equipment and Binding Machine

Notice Date
7/24/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333316 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services - Jefferson, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
FDA-SOL-15-1153262-Z
 
Archive Date
8/25/2015
 
Point of Contact
Karen L Conroy, Phone: 781-596-7452
 
E-Mail Address
kconroy@ora.fda.gov
(kconroy@ora.fda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis: This is a combined synopsis/ solicitation for duplication and binding equipment in accordance with FAR Regulation (FAR) 12.102(g) and in the format of Subpart 12.6 and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The solicitation number is FDA- SOL -15- 1153262 and is issued as a Request for Proposals (RFP). This solicitation document incorporated all mandatory commercial item provision and clauses that are in effect through the Federal Acquisition Circular 2005- 83 dated 7/02/2015. The North American Industrial Classification System is 333316 and the small size standard is 35M or 500L. This is a firm fixed price contract and is being issued as a "Brand Name or Equal to". If OR EQUAL items are proposed, the Offeror shall provide product specifications for those items proposed. All products proposed (whether BRAND NAME OR EQUAL items proposed) must satisfy the functional requirements/salient characteristics set forth in this document. Title: Print Shop Equipment 1.0 Background The FDA, ORA/Division of Human Resource Development DHRD requires six copiers and one Binding System- Two high speed commercial printers, four multifunction copiers and binding system. The copiers must be compatible with existing Xerox 4127; Canon Color Image Runner C40801 and Ricoh Pro 1106Ex copy system. The following copiers will be traded in: 1st floor Xerox 4127- Equip ID: 69578 Serial # GYA882065E 1st floor Xerox 4127- Equip ID 75410 Serial # GYA111628P 1st floor Ricoh Pro 1106 EX Serial # V0990500085 1st floor Canon Image Runner C4080I Serial # TQH71054 4th floor Canon IR7105 Serial # SHS11934 1.1 Period of performance: This is to include full serve maintenance for a base plus four option years. 2.0 OBJECTIVE To provide high quality training manuals; pamphlets and other job aides for Project Officers to take to their courses. A highly efficient workflow is required. An example of products that meet FDA's needs are as follows: 3. SALIENT CHARACTERISTICS for the High Speed Commercial Printer or equivalent (Example: Nuvera 120) 1 each Includes all licenses and attachments for the connection of the additional storage system to the current existing system Xerox 4127, Canon Color Runner C40801 and Ricoh Pro 106EX 1. Paper sources(4 paper trays per module with scanner) Must be compatible with the dual mode sheet feeder to have (2) trays, high capacity holding up to 19.7" pile heights plus a covers insertion module holding up to 5.5" pile heights. 2. Compatible with perfect binder, dual mode system, both in-line and near-line capability. 3. DS 3500 high capacity stacker with (2) carts 4. Basic Finisher Module Plus dual position staple up to 100 sheets 5. Memory 2 GB RAM 6. Duty cycle: up to 3,200,000 images per month 7. Standard capabilities: production printing, reprinting, copying, scanning and finishing 8. Booklet making - perfect bound books through Bourg dual mode system 9. Rate speed 8.5" X 11" media: 120 ipm 10. Scan: 600 X 600 dpi 11. Scan to File: 300, 400, 600, 1200 dpi 12. All new components (no used or refurbished parts shall be acceptable) 13. On-site installation and configuration of hardware performed by OEM certified technicians. 14. Software delivered electronically (no discs shipped in mail). 15. Must be approved by FDA's Office of Information Management by award date.. 16. EPEAT Certified, DHHS has preference for Silver, if available. 17. Must be energy star compliant 18. To include delivery, installation, and training 19. Must include Free Flow Make Ready Software or equivalent 20. Must be authorized and certified reseller of mfg. product 4. SALIENT CHARACTERISTICS for the High Speed Commercial Printer or equivalent ( example Nuvera 144) 1 each 1. Includes all licenses and attachments for the connection of the additional storage system to the current system Existing Xerox 4127, Canon Color Runner C40801 and Ricoh Pro 106EX 2. Paper sources: (4 paper trays per module with scanner) Must be compatible with the dual mode sheet feeder to have (2) trays, high capacity holding up to 19.7" pile heights plus a covers insertion module holding up to 5.5" pile heights. 3. Compatible with perfect binder, dual mode system, both in-line and near-line operational capability. Feeder must function from right to left 4. DS 3500 stacker with (2) carts 5. Basic Finisher Module Plus Dual position staple up to 100 sheets. 6. Memory 2 GB Ram 7. Duty cycle: up to 4,300,000 images per month 8. Standard capabilities: production printing, reprinting, copying, scanning and finishing 9. Booklet making- perfect bound books through Bourg dual mode system 10. Rate speed 8.5" X 11" media: 144 ipm 11. Scan: 600 X 600 dpi 12. Scan to File: 300, 400, 600, 1200 dpi 13. All new components (no used or refurbished parts shall be acceptable) 14. On-site installation and configuration of hardware performed by OEM certified technicians. 15. Software delivered electronically (no discs shipped in mail). 16. Must be compatible with Free flow Make Ready Software or equivalent 17. Must be approved by FDA's Office of Information Management by award date. 18. EPEAT Certified, DHHS has preference for Silver, if available. 19. Must be energy star compliant 20. To include delivery, installation, and training. 21. Must be authorized and certified reseller of mgf. product 5. SALIENT CHARACTERISTICS for the Multifunction Copiers or equivalent(example: 5890APTG) 3 each 1. Provide all hardware parts needed to connect and install the additional storage system 2. Copiers must have minimum of 1200 x 1200 dpi print resolution. 3. Copying and printing speeds up to 65, 75 or 90 copiers per minute. 4. Single-pass color scanning enables electronic distribution of full-color documents for more effective communications. 5. Prints from and scan to any USB memory device for fast document delivery 6. Ability to copy; print; scan and fax 7. Memory 2 GB RAM 8. Standard capabilities: production printing, reprinting, copying, scanning and finishing 9. Provide thin provisioning as a standard feature 10. Hole punch 2/3 or multiple 11. High volume finisher 12. Scan: up to 200 images per minute 13. New components (no used or refurbished parts shall be acceptable) 14. On-site installation and configuration of hardware performed by OEM certified technicians. 15. Software delivered electronically (no discs shipped in mail). 16. Must be approved by FDA's Office of Information Management by award date. 17. EPEAT Certified, DHHS has preference for Silver, if available. 18. Must be energy star compliant 19. To include delivery, installation, and training. 20.Must be CAC-PIV enabled 21. Must be authorized and certified reseller of mgf. product 6. SALIENT CHARACTERISTICS for the Bourg Flexible Perfect Binding System or equivalent 1. Dual mode sheet feed module 2 Paper sources: Dual mode sheet feeder to have (2) trays, high capacity holding up to 19.7" pile heights plus a covers insertion module holding up to 5.5" pile heights. 3. 2005 perfect binder 4. Booklet making - perfect bound books through Bourg dual mode system 5. 3 knife trimmer 6. Must be compatible with Item #4 Nuvera144 and item #3 Nuvera 120 7. Must be authorized and certified reseller of mfg. product 7. SALIENT CHARACTERISTICS for the Free Flow Make ready Software or equivalent 1. Page layout, editing, and proofing 2. Provides logical views of documents for printing pages or book layouts; simplifies the proofing and approval process 3. Can merge documents, integrate hardcopy and electronic media and import PDF files directly or convert to TIFF 4. Cut and paste, header/footer, page numbering 5. Offers precise control over front-to-back alignment accuracy 6. Easily adds variable content to documents such as cover, inserts and slip sheets 7. Must be compatible with item #4 Nuvera 144 and item #3 Nuvera 120, and #8 C70 8. Enables easy programming of different types of pages in one document, with no manual collation required regardless of the job's complexity. 9. Covert hard-copy pages to TIFF, JPEG and PDF files that can store in folders for fast reprint or send directly to an FPT location or an e mail distribution list. 10.Covert hard-copy pages to TIFF, JPEG and PDF files that can store in folders for fast reprint or send directly to an FTP location or an e mail distribution list. 11. Must be authorized and certified reseller of mfg.. product 8 SALENT CHARACTERISTICS for Color C70 Multi-function copier -light production or equivalent 1. Rate speed 70 ppm color, 75 ppm black 2. Scan 200 x 200, 300, 400 x 400, 600 x 600 dpi 3. Scan speed: up to 200 ipm color/ 200 ipm black- and- white (2-sided, 8.5 x 11"/ A4) 4. Paper sources: 4 standard, plus bypass 5. Minimum paper capacity: 5,260 sheets 6. Booklet making with in-line BR booklet maker finisher. FDA requires a booklet maker that produces a minimum of 15 sheet/60 page binding booklets for paper sizes 11x17 and 8.5x11) 7. Stapling with in-line stapler up to 50 sheets. 8. Must be approved by FDA's Office of Information Management by award date. 9.EPEAT Certified, DHHS has preference for Silver, if available. 10.Must be energy star compliant 11. To include delivery, installation, and training. 12. Must be authorized and certified reseller of mfg. product 9 SALENT CHARACTERISTICS for Free Flow Print Server for C70 color printer- or equivalent 1. Multiple queues 2. Support Free Flow Make Ready 3. High Capacity Feeder 4. Must be compatible with item#8 (see color C70 multi-function printer) 5. Must be approved by FDA's Office of Information Management by award date. 6. EPEAT Certified, DHHS has preference for Silver, if available. 7. Must be energy star compliant 8. To include delivery, installation, and training. 9. Must be authorized and certified reseller of mfg. product 10. DELIVERABLES C.1. The system shall allow utilization with the next upgrade of digital production printers, providing additional life and reduced cost for the perfect bind finishing system. • Multiple feeding and paper-handling options to boost productivity and ability to deliver results-oriented output. • Standard color scanning for full-color communication via email or digital file distribution. C.2. Administrative Support • Vendor shall provide, automated Smart E-Solutions, providing Automatic Replenishment for Toner. C.3. Security and workflow productivity • The print server shall be integrated right into the production printing system, making a separate workstation unnecessary, saving the FDA valuable floor space. This digital front-end solution offers unparalleled flexibility and powerful processing for production. • Printers for maximum efficiency. FDA shall have control over data streams, prepress functions, job queues, output quality and more, all with a familiar, easy to use interface. • This gives the FDA higher reliability, fewer parts and easier fault diagnosis. The FDA gains Productivity with this powerful processor allowing production of more complex jobs, faster and more efficiently with higher quality output. Workflow enhancements, including Job Preview at the printer, Job forwarding at the printer (without re-processing the job) Support for Ordered Stock recovery after jam clearance, Print submission via a Hot Folder, Capability to remotely manage the printer, automating repetitive workflows using 250 multiple queues, Ability to automatically submit meter information, Coated and uncoated paper stocks, Supports carbonless, tabs, and any pre-printed forms produced on an offset press. • Provides guarantee if ORA/DHRD is not totally satisfied with any equipment, the vendor will, at Government request, replace it without charge with an identical model or, at the option of vendor, equipment with comparable features and capabilities. Except for previously installed equipment, The Total Satisfaction Guarantee is effective for three years following the Equipment's installation date, unless the equipment is financed by vendor for more than (3) three years. • Maintenance agreements will be set up for routine checks. **Note** All materials will not include copyright material and will be copied and distributed for the government. All materials created shall become property of the U.S. Government. All materials should be provided in a format that is consistent with the current Government standard software products. Materials will be designed by the Contractor to meet FDA needs. The Contractor shall update these materials as directed by the Training Officer to reflect Agency regulations and policies and when such changes are necessitated by new Agency regulations and policies or changes affecting existing Agency regulations and policies. An example of products that meet our needs as "Brand Name or Equal is the following: Quantity Manufacturer Part Number Description Projection and Display 1 Xerox DSP120 Nuvera 2nd Tone Bottle Kit Ds3500 Ftm Stacker Basic Fin Moudl Plus Feed Module W/scanner Imposition License Disk Overwrite Productivity Pack Postscript & Ppml Sw 1 Xerox DSP 144 Nuvera 2nd Tone Bottle Kit Ds3500 Ftm Stacker Basic Fin Moudi Plus Feed Module W/scanner Imposition License Disk Overwrite Productivity Pack Postscript & Ppml Sw 1 Xerox Bourg dual mode Perfect binder system Bourg BBF 2005 perfect Binder, Challenge 3 knife trimmer & Dual Mode sheet feeder 3 Xerox 5890APTG (TAA-W5890A PT/COP/4T) High Vol Finisher 3 Hole-hvf Fins Cac Enablement Kit 1 Xerox XC70G (XC C70 Printer) High Capacity Feeder C60/70 Br Book Maker 1 Xerox C70FFPS (FFPS for XC60/ XC70) Color C60/c70 Printer 1 Xerox FFMKR (Makeready) Pre- Press Software Tool & Training 11 MAINTENANCE 11.1 Nuvera 120 or equivalent. 1 each • Full Service maintenance to include all supplies, except staples • Monthly usage based on 125,000 black & white monthly per machine • Set price to be established for color and black and white based upon above usage. • Excess meter reading are established and set within the perimeter of the agreement and charged as fixed price. • Ensure that copier functions and services are performed monthly when necessary to keep the copier operating at full capacity and free of malfunctions and part replacements (Preventative Maintenance). • To include all manufacturers approved parts, travel, phone support, labor and monthly meter readings. • Maintenance to be performed during normal business hours Monday- Friday 8:00am- 4:30pm. • Provision of support shall not impede equipment function or void any warranties/ guarantees that may remain on the equipment. • The Contractor shall provide a certified and authorized manufacturer. • Maintenance: Hardware and software maintenance must be at least one year or OEM standard, which may be greater than one year if one year is not available. • Maintenance includes 24x7 telephone technical support, patches/fixes/upgrades for software, technical guides for troubleshooting, no-charge replacement of defective components, on-site next-business day 9x5 for hardware • Must be authorized and certified service provider of mgf. product 11.2 Nuvera 144 or equivalent. 1 each • Full Service maintenance to include all supplies, except staples • Monthly usage based on 125,000 black & white monthly per machine • Set price to be established for black and white based upon above usage. • Excess meter reading are established and set within the perimeter of the agreement and charged as fixed price. • Ensure that copier functions and services are performed monthly when necessary to keep the copier operating at full capacity and free of malfunctions and part replacements (Preventative Maintenance). • To include all manufacturers approved parts, travel, phone support, labor and monthly meter readings. • Maintenance to be performed during normal business hours Monday- Friday 8:00am- 4:30pm. • Provision of support shall not impede equipment function or void any warranties/ guarantees that may remain on the equipment. • The Contractor shall provide a certified and authorized manufacturer. • Pricing fixed for term. Consumable supplies included for all prints. • Maintenance: Hardware and software maintenance must be at least one year or OEM standard, which may be greater than one year if one year is not available. Maintenance includes 24x7 telephone technical support, patches/fixes/upgrades for software, technical guides for troubleshooting, no-charge replacement of defective components, on-site next-business day 9x5 for hardware • Must be authorized and certified service provider of mgf. product 11.3 5890APTG or equivalent. 3 each • Full Service maintenance to include all supplies, except staples • Monthly usage based on 30,000 black & white monthly per machine. • Set price to be established for black and white based upon above usage. • Excess meter reading are established and set within the perimeter of the agreement and charged as fixed price. • Ensure that copier functions and services are performed monthly when necessary to keep the copier operating at full capacity and free of malfunctions and part replacements (Preventative Maintenance). • To include all manufacturers approved parts, travel, phone support, labor and monthly meter readings. • Maintenance to be performed during normal business hours Monday- Friday 8:00am- 4:30pm. • Provision of support shall not impede equipment function or void any warranties/ guarantees that may remain on the equipment. • The Contractor shall provide a certified and authorized manufacturer. • Maintenance: Hardware and software maintenance must be at least one year or OEM standard, which may be greater than one year if one year is not available. Maintenance includes 24x7 telephone technical support, patches/fixes/upgrades for software, technical guides for troubleshooting, no-charge replacement of defective components, on-site next-business day 9x5 for hardware. • Must be authorized and certified service provider of mgf. product 11.4 XC70 or equivalent. 1 each • Full Service maintenance to include all supplies, except staples • Set price to be established for color and black and white based upon above usage. • Estimated color usage is 5250 mthly copies and 20808 black& white copies monthly • Excess meter reading are established and set within the perimeter of the agreement and charged as fixed price. • Ensure that copier functions and services are performed monthly when necessary to keep the copier operating at full capacity and free of malfunctions and part replacements (Preventative Maintenance). • To include all manufacturers approved parts, travel, phone support, labor and monthly meter readings. • Maintenance to be performed during normal business hours Monday- Friday 8:00am- 4:30pm. • Provision of support shall not impede equipment function or void any warranties/ guarantees that may remain on the equipment. • The Contractor shall provide a certified and authorized manufacturer. • Maintenance: Hardware and software maintenance must be at least one year or OEM standard, which may be greater than one year if one year is not available. • Maintenance includes 24x7 telephone technical support, patches/fixes/upgrades for software, technical guides for troubleshooting, no-charge replacement of defective components, on-site next-business day 9x5 for hardware • Must be authorized and certified service provider of mgf. product 11.3 Free Flow Make Ready or equivalent. 1 each • Maintenance to be performed during normal business hours Monday- Friday 8:00am- 4:30pm. 11.4 Bourg BBF2005 with dual mode sheet feeder & 3 knife trimmer or equivalent. 1 each • Full Service Maintenance to be performed during normal business hours Monday- Friday 8:00am- 4:30pm. • Supplies including glue, knives for 3 knife trimmer not included, purchased as needed 12 DELIVERY INFORMATION DELIVERY LOCATION: ORA/Division of Human Resource Development 11919 Rockville Pike Rockville MD 20852 DELIVERY DATE 60 days after award. 13 0ther Pertinent Information or Special Consideration 13.1Evaluation Method: Quotes will be evaluated on a lowest price technically acceptable basis. Technical acceptability will be determined by a quoter's ability to meet each of the salient characteristics, meet the required delivery date and provide the service describe in this solicitation. Among those quotes determined to be technically acceptable, the Governments will award to the lowest priced quote. 13.2 Confidential Treatment of Sensitive Information The Contractor shall guarantee strict confidentiality of the information/data that it is provided by the government during the performance of the task order. The Government has determined that the information/data that the Contractor will be providing during the performance of the task order is of a sensitive nature. Disclosure of the information/data, in whole or in part, by the Contractor can only be made after the Contractor receives prior written approval from the Contracting officer. Whenever the contractor is uncertain with regard to the proper handling of information/data under the contract, the Contractor shall obtain a written determination from the Contracting Officer. 14.3 Contracting Officer's Authority The Contracting Officer identified above has responsibility for ensuring the performance of all necessary actions for effective contracting; ensuring compliance with the terms of the contract and safeguarding the interests of the United States in its contractual relationship. The CO is the only individual who has the authority to enter contractual relationships. The CO is the only individual who has the authority to enter into, administer, or terminate this contract and is the only person authorized to approve change to any of the requirements under this contract, and notwithstanding any provision contained elsewhere in this contract, this authority remains solely with the CO. No statement, whether oral or written, by anyone other than the CO shall be interpreted as modifying the terms and condition of this requirement. It is the Contractor's responsibility to contact the CO immediately if there is even the appearance of any technical direction that is or may be outside the scope of the contract. The Government will not reimburse the Contractor for any work not authorized by the CO including work outside the scope of the Contract. 13.4 Certificate of Maintainability: At such time as the services of the Contractor are terminated, expire contractually or are otherwise not extended, or upon request by the Contracting Officer at any time, the Contractor shall issue, within five (5) working days, a "Certificate of Maintainability" for any or all equipment acquired and/or maintained under this contract. The certificate shall state that preventive maintenance in accordance with the specifications of the Original Equipment Manufacturer (OEM) has been performed and that the equipment is performing in accordance with the OEM's specifications such that the OEM (or the OEM's successor in interest) would commit that it would assume maintenance of the equipment without billing any one-time charges (including but not limited to repair or inspection charges) if such maintenance were assumed effective the day after the Contractor's performance ceases. The Contractor is responsible for bearing all costs associated with obtaining such certification at no separate charge to the Government. Should the Contractor fail to issue the required Certificate of Maintainability in accordance with this clause, or should any equipment fail to perform in accordance with the certification, the Contractor shall be liable to the Government for any reasonable costs incurred by the Government for the purpose of bringing the equipment up to the required OEM maintenance level. If equipment is acquired under this contract, without maintenance of such equipment being concurrently acquired under the contract, the Contractor shall issue a Certificate of Maintainability for such equipment at the time of delivery for each piece of equipment. The certificate shall state that the equipment is in such condition that the OEM (or the OEM's successor in interest) would commit that it would assume maintenance of the equipment without billing any charges to the Government. All charges required to obtain the requisite performance of the equipment, up to the later of the time the equipment is accepted 13.5 Clauses, Provision, Terms and Conditions The Contractor should be familiar with section 508 requirements as described at http://www.section508.gov/ in order to ensure that documents generated as part of the tasks are fully Section 508 accessible using the available COTS tools. List of 508 Standards applies 1194.21 Software Applications and Operating Systems- Voluntary Product Accessibility Template 1194.22 Web based Intranet Information and Applications 1194.25 Self contained 1194.26 Desktop & portable computers 1194.31 Functional Performance Criteria 1194.41 Information, Documentation and Support FAR 52.211-6 Brand Name or Equal (August 1999). FAR 52.217-9 Option to Extend the Term of the Contract (March 2000) The following HHSAR clauses are incorporated by reference: • 352.201-Definitions ( Jan. 2006) • 352.270-12 Tobacco Free Facilities • 352-270-19 Electronic Information & Technology Accessibility (a) The following clause shall be used in solicitations as provided in 339.201-70 Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), as amended by Public Law 105-220 under Title IV (Rehabilitation Act Amendments of 1998) and the Architectural and Transportation Barriers Compliance Board Electronic and Information (EIT) Accessibility Standards (36 CFR part 1194), require that all EIT acquired must ensure that: (1) Federal employees with disabilities have access to and use of information and data that is comparable to the access and use by Federal employees who are not individuals with disabilities; and (2) Members of the public with disabilities seeking information or services from an agency have access to and use of information and data that is comparable to the access to and use of information and data by members of the public who are not individuals with disabilities. This requirement includes the development, procurement, maintenance, and/or use of EIT products/services; therefore, any proposal submitted in response to this solicitation must demonstrate compliance with the established EIT Accessibility Standards. Information about Section 508 is available at http://www.section508.gov/. (b) The following clause shall be used in contracts and orders as provided in 339.201-70: Electronic and Information Technology Accessibility (January 2006) Pursuant to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) as amended by Public Law 105-220 under Title IV (Rehabilitation Act Amendments of 1998), all Electronic and Information Technology (EIT) developed, procured, maintained, and/or used under this contract shall be in compliance with the ‘‘Electronic and Information Technology Accessibility Standards'' set forth by the Architectural and Transportation Barriers Compliance Board (also referred to as the ‘‘Access Board'') in 36 CFR part 1194. The complete text of Section 508 Final Standards can be accessed at http:// www.access-board.gov/sec508/standards.htm. The standards applicable to this requirement are [identified in the Statement of Work listed below]: (Select the appropriate phrase within the brackets [ ] and complete if necessary and identify location of/provide complete list of applicable provisions. Use the Buy accessible wizard at http://www. buyaccessible.gov if necessary or contact your Section 508 Coordinator) Vendors may document conformance using [attached documentation/industry-standard Voluntary Product Accessibility Template at http://www.itic.org/archives/articles/20040506/ faq_voluntary_product_accessibility_template_vpat.php] (select the appropriate phrase within the brackets [ ]). Vendors should provide detailed information necessary for determining compliance, including defined contractor-incidental exceptions. These clauses may be downloaded from http://www.hhs.gov/oamp/policies/hssar.doc 52.223-16 IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products. : IEEE 1680 STANDARD FOR THE ENVIRONMENTAL ASSESSMENT OF PERSONAL COMPUTER PRODUCTS (DEC 2007) a) Definitions. As used in this clause- "Computer monitor" means a video display unit used with a computer. "Desktop computer" means a computer designed for use on a desk or table. "Notebook computer" means a portable-style or laptop-style computer system. "Personal computer product" means a notebook computer, a desktop computer, or a computer monitor, and any peripheral equipment that is integral to the operation of such items. For example, the desktop computer together with the keyboard, the mouse, and the power cord would be a personal computer product. Printers, copiers, and fax machines are not included in peripheral equipment, as used in this definition. Alternate I (Dec 2007). As prescribed in 23.706(b)(2), substitute the following paragraph (b) for paragraph (b) of the basic clause: (b) Under this contract, the Contractor shall deliver, furnish for Government use, or furnish for contractor use at a Government-owned facility, only personal computer products that at the time of submission of proposals were EPEAT Silver registered or higher. Silver is the second level discussed in clause 1.4 of the IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products. 15.0 Instruction to Offers: Offerors shall comply with the provisions at FAR 52.212-1(B) and submit an electronic copy to Karen Conroy via email @ karen.conroy@fda.hhs.gov no later than August 10, 2015. @ 12:30pm. Eastern Time. All questions regarding this solicitation shall be submitted in writing to Karen Conroy ( email address above) no later than August 5th 2015@ 12:30pm eastern time. Offerors shall submit a technical volume and a pricing volume. Volume One -Technical • Demonstrates the Offerors capability to meet each requirement as described in item 3-11 • Offeror shall specifically address how it intends to meet the expedited delivery requirements of this solicitation • VPACT information must be submitted and completed. • Volume one shall not exceed five pages describing how they can perform. Volume Two- Pricing • Total pricing for all copiers including delivery, set up, and installation. • Total pricing for maintenance for base year, option year 1, option year 2, and option year 3 and option year 4. • Offerors responding to this RFP must be registered in the System for Award Management (SAM): http:www.sam.gov Far Provision and clauses may be found at http: //www.acquisition.gov/far/index/html. • Quoters shall include a completed copy of the provision FAR 52-212-3 Offeror Representations and Certifications- Commercial Items (March 2015) which can be accessed electronically from the INTERNET at the following address: http://farsite.hill.af.mil/. • FAR 52-212-4 Contract Terms and Conditions- Commercial Item (May 2015) and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2015), applies as follows: 52.233.-3, 52.233-4, 52.203-6, 52.219-6, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52-222-35, 52.222-36, 52.222-37 52.225-13, 52.232-33. and 52.239-1. • FAR provisions and clauses may be found at http://www.acquistiion.gov/far/index.html 9.0 Point of Contact Karen Conroy One Montvale Ave., 4th floor Stoneham, MA 02180 781-587-7452 <img style="position: static !important; margin: 0px; width: 16px; bottom: 0px; display: inline; white-space: nowrap; float: none; height: 16px; vertical-align: middle; overflow: hidden; cursor: hand; right: 0px; top: 0px; left: 0px;" title="Call: 781-587-7452" src="data:image/png;base64,iVBORw0KGgoAAAANSUhEUgAAABAAAAAQCAYAAAAf8/9hAAAACXBIWXMAAA7EAAAOxAGVKw4bAAAAIGNIUk0AAHolAACAgwAA+f8AAIDpAAB1MAAA6mAAADqYAAAXb5JfxUYAAAKLSURBVHjadJPfS5NhFMe/21xvuhXRyJAZroiSrJnbRdT7vrAf5HBaK5RABmEEwQIvkpZ/QRcWXdSFw5soKaF0F7qZeLO13mGBDpQsf5CoxVKHOt0Pctp2uvEdrzG/V+c553w/54HnPDIiQiGpPMETABoB2AAYd9MRAMMAvGmX+RcAyAoBVJ7gZQDtABworH4AHWmX+bOMZdkjCoXiUzabvcAwzPSsob5p/VTNY9GcdpnxdmYZ9wJThSCtCr1e/4XjuNPd3d1KjUZzaGbI27ysqzGQoggAsLa1A7ehArrDxfDNr0oBlQB+wmKxbJFEL968SxoamsjkHaPU9l9piUo6A0RE1DG2QCWdASrpDAzJM5kMI8XecdjVxfEl+K9dxFgsgUvvR6HyBKHyBAEATyKLeGSsENuNcqk5kUjEGm7fzcYqr0ClVODl99+YXEvl6+c1amjVe+ahiGGYaUEQKnmeh91uL43rqheixjpdmzCL11er0PcjhrTLvMfUJsyKYUSeyWQ6enp6tgCgrKxsfbP8bB8AdE1G89cOReMAgOv+Cag8QXRNRkXAsDwcDr+am5tLCYKA3t7eo2dG+1vVK/MfpRPtA+MIReMYaKj+/xm9MiICx3EmpVL5wefzFavValis1u1vvHMkdfykCQC0kSGUTo+Ajmnx1dSC7IGD+UUCEYGIwLKsyWazrSeTSSIiMpnNf7Ttz5+ec96fr7/VnE0mk+QfHMzV3WjcKH/4rEr05QGFIA6HY4llWRLPRER+v3/HYrFMFQSIkNra2tVQKJSlfcSyLO0LECFWq3XF6XRGA4HAptTsdrsXeZ6fEHtl+31nAOA4rkUulz/I5XL63dQGgHEAN8Ph8AYA/BsAt4ube4GblQIAAAAASUVORK5CYII=" alt="" /> karen.conroy@fda.hhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA-SOL-15-1153262-Z/listing.html)
 
Place of Performance
Address: Food & Drug Administration One Montvale Ave., Stoneham, Massachusetts, 02180, United States
Zip Code: 02180
 
Record
SN03809988-W 20150726/150724235420-822c0de051e99944bffb626f3f7e1d6d (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.