SPECIFICATIONS:
I. Plotter Specifications
• Hardware:
1. Total weight without stand not to exceed 200 lbs
2. Length (left to right dimension) not to exceed 75"
3. Must have minimum 160 GB hard drive
4. Must have minimum 36 GB memory
5. Must be Energy Star qualified
• Production:
1. Must handle 36 inch to 42 inch 300 foot rolls of bond paper
2. Two automatic roll feeds (single roll feed may be considered)
3. Print speed line drawing, fast mode 36" plain paper must be greater than 600 ft/hour.
4. Print resolution must be minimum of 1200 dpi
• Ink Cartridges and Capacity:
1. Number of dye-based ink cartridges not to exceed 6 colors
2. Ink cartridges must be greater than 100 milliliters
• Functions:
1. Standard network interface - Gigabit Ethernet 1000 Base-T and Hi-Speed USB 2.0.
2. USB 2.0 interface to plot direct from USB drives.
3. Must have Adobe PostScript 3 installed, as well as TIFF, JPG printing abilities.
4. Must include all drivers and updated firmware
5. Drivers and firmware must be available for download via internet
6. Plotter just have interface to install drivers and firmware
7. Must be Windows 7 and Windows 8 compatible and supported
• Paper:
1. Must be designed for 300 ft rolls of paper, as well as 150 ft rolls optional.
2. Must be able to print on 36" or 42" rolls: universal bond paper and recycled bond paper, Vellum, Clear Film, Matte Photo Paper, etc.
3. Must be able to print to sheet paper as an option.
• Training and Support: The successful vendor shall provide operator training and support for the first year with no additional cost.
• Delivery and Installation: Delivery, installation and setup shall be done at the Fire GIS Lab at McClellan, CA and will be included in the price.
II. Maintenance and Repair Maintenance agreement will include:
1. Must include a minimum 90 days warranty after installation.
2. Must include maintenance support the all 4 locations listed below.
3. Maintenance shall include annual onsite preventative maintenance service for each plotter at locations listed below.
4. Maintenance shall include service, labor, and travel excluding paper and inks.
5. Shall have a minimum of a 24 hour turnaround time for repair calls at locations listed below.
6. Additional repairs require a cost estimate be provided to and approved of by the Technical Point of Contact.
LOCATION PLOTTERS WILL BE FOR MAINTENANCE ONLY:
USDA Forest Service (1, possibly 2 plotters)
Fire GIS Lab
3237 Peacekeeper Way
McClellan, CA 95652
USDA Forest Service (3, possibly 4 plotters)
South Operations Cache
1310 South Cucamonga Ave.
Ontario, CA 91761
USDA Forest Service (3, possibly 4 plotters)
North Operations Cache
6101 Airport Road
Redding, CA 96002
USDA Forest Service (1 plotter)
Regional Office
1323 Club Drive
Vallejo, CA 94592
NOTES TO VENDOR:
• Provide documentation that specifications above are met along with plotter technical specifications.
• Please provide price for each plotter model offered.
• Price for maintenance for each plotter model offered by location.
Technical Point of Contact: Lorri Peltz-Lewis, [email protected], Elizabeth Hale, [email protected]
Offerors shall include prices and descriptive literature/company quote containing sufficient technical documentation (include company DUNs) to establish a bona fide capability to meet this requirement. Quote must meet all requirements and requested quantities to be considered responsive to the advertisement. Only written responses will be considered.
AWARD DETERMINATION:
The Government will award a commercial purchase order resulting from this solicitation to the responsible offeror, whose offer, conforming to the solicitation is determined to be the most advantageous to the Government. Only those offerors determined to be in compliance with the requirements as stated in the solicitation will be considered for award. FAR 52.212-4 (JUL 2013), Offeror Representatives and Certifications-Commercial Items applies to this acquisition. FAR 52.212-4 can be obtained from http://acquisition.gov/far . See attached additional applicable clauses. To be eligible for award, contractor must have an active registration in the System for Award Management (SAM) located at http://.sam.gov .
VENDOR RESPONSE:
All responses must be received by 1500 PST on 03/03/15. Quotes and page 6 (AGAR 452.209-70) filled out, shall be emailed to the Contracting Officer, Paulette Gordon, at [email protected] or mailed to USDA Forest Service, 3237 Peacekeeper Way McClellan CA 95652 (Attn: Paulette Gordon, AQM). FAXED QUOTES WILL NOT BE ACCEPTED.