DOCUMENT
J -- COPIER LEASE - Attachment
- Notice Date
- 11/1/2017
- Notice Type
- Attachment
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of Veterans Affairs;VISN/18PHX;777 E. Missouri, Suite 300;Phoenix AZ 85014
- ZIP Code
- 85014
- Solicitation Number
- 36C25818Q0004
- Response Due
- 11/15/2017
- Archive Date
- 12/15/2017
- Point of Contact
- James Vercoe
- Small Business Set-Aside
- N/A
- Description
- Page 13 of 16 Statement of Work This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Please advise if you carry this product or a suitable or equal. Also include company socio/Economic status and size. If you have any questions or concerns in reference to the Parts listing please provide as well. EMAIL INFORMATION TO : James.Vercoe@VA.GOV 1 CONTRACTING OFFICER'S REPRESENTATIVE (COR) Name: David J. Older Section: Office of Center Director Address: VA Cooperative Studies Program Clinical Research Pharmacy Coordinating Center 2401 Centre Avenue, SE Albuquerque, NM 87106-4180 Phone: 505-265-1711 ext. 6311 Fax: 505-248-3202 Email Address: david.older@va.gov 2 SUBJECT MATER EXPERT (SME) Name: Tim Hasselbach Section: ITS Address: VA Cooperative Studies Program Clinical Research Pharmacy Coordinating Center 2401 Centre Avenue, SE Albuquerque, NM 87106-4180 Phone: 505-248-3260 Fax: 505-248-3202 Email Address: tim.hasselbach@va.gov 3 SCHEDULE OF SERVICES AND/OR SUPPLIES Period of Performance: The base year Period of Performance will be 12 months with four (4) twelve (12) month option years. Base Year: 12/1/2017 11/30/2018 Line Item Description (User s Description for Reference) Qty UI Cost, $ Extended Cost, $ 0001A MONTHLY LEASE - (Machine 1-ADMS Mail Room) 12 MO 0001B Monthly Maintenance (Machine 1) 12 MO 0002A MONTHLY LEASE - (Machine 2-PMRU Hallway) 12 MO 0002B Monthly Maintenance (Machine 2) 12 MO 0003A MONTHLY LEASE - (Machine 3-577 Printer in ADMS) 12 MO 0003B Monthly Maintenance (Machine 3) 12 MO 0004A MONTHLY LEASE - (Machine 4-OCD in Break Room) 12 MO 0004B Monthly Maintenance (Machine 4) 12 MO 0005A MONTHLY LEASE - (Machine 5-ANNEX in Bullpen) 12 MO 0005B Monthly Maintenance (Machine 5) 12 MO 0006A MONTHLY LEASE - (Machine 6-Commons in SPLR) 12 MO 0006B Monthly Maintenance (Machine 6) 12 MO 0007A MONTHLY LEASE - (Machine 7-ITS in Kit Assembly) 12 MO 0007B Monthly Maintenance (Machine 7) 12 MO 0008A MONTHLY LEASE - (Machine 8-RACC in Nurses Office) 12 MO 0008B Monthly Maintenance (Machine 8) 12 MO 0009A MONTHLY LEASE - (Machine 9-SPLR Replacement) 12 MO 0009B Monthly Maintenance (Machine 9) 12 MO TOTAL Option Year 1: 12/1/2018 11/30/2019 Line Item Description (User s Description for Reference) Qty UI Cost, $ Extended Cost, $ 0001A MONTHLY LEASE - (Machine 1-ADMS Mail Room) 12 MO 0001B Monthly Maintenance (Machine 1) 12 MO 0002A MONTHLY LEASE - (Machine 2-PMRU Hallway) 12 MO 0002B Monthly Maintenance (Machine 2) 12 MO 0003A MONTHLY LEASE - (Machine 3-577 Printer in ADMS) 12 MO 0003B Monthly Maintenance (Machine 3) 12 MO 0004A MONTHLY LEASE - (Machine 4-OCD in Break Room) 12 MO 0004B Monthly Maintenance (Machine 4) 12 MO 0005A MONTHLY LEASE - (Machine 5-ANNEX in Bullpen) 12 MO 0005B Monthly Maintenance (Machine 5) 12 MO 0006A MONTHLY LEASE - (Machine 6-Commons in SPLR) 12 MO 0006B Monthly Maintenance (Machine 6) 12 MO 0007A MONTHLY LEASE - (Machine 7-ITS in Kit Assembly) 12 MO 0007B Monthly Maintenance (Machine 7) 12 MO 0008A MONTHLY LEASE - (Machine 8-RACC in Nurses Office) 12 MO 0008B Monthly Maintenance (Machine 8) 12 MO 0009A MONTHLY LEASE - (Machine 9-SPLR Replacement) 12 MO 0009B Monthly Maintenance (Machine 9) 12 MO TOTAL Option Year 2: 12/1/2019 11/30/2020 Line Item Description (User s Description for Reference) Qty UI Cost, $ Extended Cost, $ 0001A MONTHLY LEASE - (Machine 1-ADMS Mail Room) 12 MO 0001B Monthly Maintenance (Machine 1) 12 MO 0002A MONTHLY LEASE - (Machine 2-PMRU Hallway) 12 MO 0002B Monthly Maintenance (Machine 2) 12 MO 0003A MONTHLY LEASE - (Machine 3-577 Printer in ADMS) 12 MO 0003B Monthly Maintenance (Machine 3) 12 MO 0004A MONTHLY LEASE - (Machine 4-OCD in Break Room) 12 MO 0004B Monthly Maintenance (Machine 4) 12 MO 0005A MONTHLY LEASE - (Machine 5-ANNEX in Bullpen) 12 MO 0005B Monthly Maintenance (Machine 5) 12 MO 0006A MONTHLY LEASE - (Machine 6-Commons in SPLR) 12 MO 0006B Monthly Maintenance (Machine 6) 12 MO 0007A MONTHLY LEASE - (Machine 7-ITS in Kit Assembly) 12 MO 0007B Monthly Maintenance (Machine 7) 12 MO 0008A MONTHLY LEASE - (Machine 8-RACC in Nurses Office) 12 MO 0008B Monthly Maintenance (Machine 8) 12 MO 0009A MONTHLY LEASE - (Machine 9-SPLR Replacement) 12 MO 0009B Monthly Maintenance (Machine 9) 12 MO TOTAL Option Year 3: 12/1/2020 11/30/2021 Line Item Description (User s Description for Reference) Qty UI Cost, $ Extended Cost, $ 0001A MONTHLY LEASE - (Machine 1-ADMS Mail Room) 12 MO 0001B Monthly Maintenance (Machine 1) 12 MO 0002A MONTHLY LEASE - (Machine 2-PMRU Hallway) 12 MO 0002B Monthly Maintenance (Machine 2) 12 MO 0003A MONTHLY LEASE - (Machine 3-577 Printer in ADMS) 12 MO 0003B Monthly Maintenance (Machine 3) 12 MO 0004A MONTHLY LEASE - (Machine 4-OCD in Break Room) 12 MO 0004B Monthly Maintenance (Machine 4) 12 MO 0005A MONTHLY LEASE - (Machine 5-ANNEX in Bullpen) 12 MO 0005B Monthly Maintenance (Machine 5) 12 MO 0006A MONTHLY LEASE - (Machine 6-Commons in SPLR) 12 MO 0006B Monthly Maintenance (Machine 6) 12 MO 0007A MONTHLY LEASE - (Machine 7-ITS in Kit Assembly) 12 MO 0007B Monthly Maintenance (Machine 7) 12 MO 0008A MONTHLY LEASE - (Machine 8-RACC in Nurses Office) 12 MO 0008B Monthly Maintenance (Machine 8) 12 MO 0009A MONTHLY LEASE - (Machine 9-SPLR Replacement) 12 MO 0009B Monthly Maintenance (Machine 9) 12 MO TOTAL Option Year 4: 12/1/2021 11/30/2022 Line Item Description (User s Description for Reference) Qty UI Cost, $ Extended Cost, $ 0001A MONTHLY LEASE - (Machine 1-ADMS Mail Room) 12 MO 0001B Monthly Maintenance (Machine 1) 12 MO 0002A MONTHLY LEASE - (Machine 2-PMRU Hallway) 12 MO 0002B Monthly Maintenance (Machine 2) 12 MO 0003A MONTHLY LEASE - (Machine 3-577 Printer in ADMS) 12 MO 0003B Monthly Maintenance (Machine 3) 12 MO 0004A MONTHLY LEASE - (Machine 4-OCD in Break Room) 12 MO 0004B Monthly Maintenance (Machine 4) 12 MO 0005A MONTHLY LEASE - (Machine 5-ANNEX in Bullpen) 12 MO 0005B Monthly Maintenance (Machine 5) 12 MO 0006A MONTHLY LEASE - (Machine 6-Commons in SPLR) 12 MO 0006B Monthly Maintenance (Machine 6) 12 MO 0007A MONTHLY LEASE - (Machine 7-ITS in Kit Assembly) 12 MO 0007B Monthly Maintenance (Machine 7) 12 MO 0008A MONTHLY LEASE - (Machine 8-RACC in Nurses Office) 12 MO 0008B Monthly Maintenance (Machine 8) 12 MO 0009A MONTHLY LEASE - (Machine 9-SPLR Replacement) 12 MO 0009B Monthly Maintenance (Machine 9) 12 MO TOTAL CONTRACT TOTAL TOTAL 4 CONTRACT TITLE Multi-Function Copier Lease & Maintenance Service 5 BACKGROUND The Department of Veterans Affairs, Cooperative Studies Program, CSPCRPCC, has a requirement to lease Multi-Functional Copiers for the duplication, scanning, and/or printing of the various documents it uses to perform its mission. The primary role of the machines to be leased will be for copying and printing. The Government would like to accomplish these tasks through the use of nine (9) leased Multi-Functional Copiers. The contract can be modified to add additional lease Multi-Functional Copiers, with prior written notification from the Contracting Officer. 6 SCOPE The contractor shall furnish all repair parts, labor, transportation, and supplies required to accomplish inspecting, cleaning, lubricating, adjusting, calibrating, and vacuuming (if required), and repairing of the Multi-Functional Copiers. Contractor shall maintain the leased Multi-Functional Copiers at levels necessary to provide the specified functions to meet the manufacturer s current equipment specifications. The 60 month lease includes a Monthly Flat-Rate Lease Payment and a Monthly Flat-Rate Maintenance fee with NO intent to purchase the equipment at the end of the lease agreement period. Ownership of the asset/equipment remains with the prospective contractor. 7 SPECIFIC TASKS The following section specifies the Performance Objectives and Performance Elements for the contract. 7.1 Provide, deliver, and install nine (9) Multifunction Printer/Scanner/Copier units. 7.1.1 All equipment must include: 7.1.1.1 USB Smart Card Reader 7.1.1.2 CAC v3 1 Pack 7.1.1.3 Installation of the CAC v3 7.1.1.4 HDD Surrender 7.1.2 The Copiers shall have the following minimum requirements: If an equal brand is offered then, that brand shall meet or exceed the features and functions of the following equipment: One (1) Ricoh MP C8002SP or equal B/W and Color copying/printing/scanning Large capacity tray Tab Sheet holder Duplex (2 sided copying, reduction/enlargement, exposure (lighten, darken) Automatic Document Feeder Multi-position stapler Booklet finisher 2/3 Hole Punch Multi-folder One (1) Ricoh MP C8002SP or equal B/W and Color copying/printing/scanning Large capacity tray Duplex (2 sided copying, reduction/enlargement, exposure (lighten, darken) Automatic Document Feeder Multi-position stapler 3,000 Sheet Finisher 2/3 Hole Punch Multi-folder Two (2) Ricoh MP C6502SP or equal B/W and Color copying/printing/scanning Large capacity tray Duplex (2 sided copying, reduction/enlargement, exposure (lighten, darken) Automatic Document Feeder Multi-position stapler 3,000 Sheet Finisher 2/3 Hole Punch Two (2) Ricoh MP C5503G or equal B/W and Color copying/printing/scanning Large capacity tray Duplex (2 sided copying, reduction/enlargement, exposure (lighten, darken) Automatic Document Feeder Multi-position stapler Print/Fax Capability/Network Capability 500 Sheet Finisher 2/3 Hole Punch Two (2) Ricoh MP 4054SPG or equal B/W copying/printing/scanning Large capacity tray Duplex (2 sided copying, reduction/enlargement, exposure (lighten, darken) Automatic Document Feeder Multi-position stapler Print/Fax Capability/Network Capability 500 Sheet Finisher 2/3 Hole Punch Fax capability One (1) Ricoh MP 2554SPG or equal B/W copying/printing/scanning Large capacity tray Duplex (2 sided copying, reduction/enlargement, exposure (lighten, darken) Automatic Document Feeder Multi-position stapler Print/Fax Capability/Network Capability 500 Sheet Finisher 2/3 Hole Punch Fax capability 7.2 The contractor shall provide a means for user to place service requests and information on how to place service requests. 7.3 Respond to service requests. Contractor or contractor s representative shall respond to service calls within two (2) working days 7.4 Maintain parts and consumable supplies. Contractor or contractor s representative will provide all parts, labor, and supplies necessary to keep the machines operable at peak efficiency. Contractor or contractor s representative will provide all consumables such as waste bottles, toners, drums, staples and all end-user replaceable components, with the sole exclusion being paper. These will be provided on an as-needed basis. 7.5 Perform preventive maintenance. Contractor or contractor s representative will perform manufacturer recommended preventative maintenance in accordance with manufacturer s recommendations (timing, scope, etc.) 7.6 Replenish supplies (excluding paper). When CSPCRPCC notifies vendor that consumables are needed, vendor will provide requested items within two (2) working days. 7.7 Perform equipment installation to include working with user s Information Technology points of contact to properly configure copiers and connect to the VA Network in accordance with applicable VA guidelines. Due to the changing nature of these guidelines, the user s Information Technology points of contact will provide details as required. 7.8 Provide training for equipment to user s Information Technology points of contact after installation. 7.9 Electronic Information Systems (EIS) Records Management requirements: 7.9.1. Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. 7.9.2. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. 7.9.3. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. 7.9.4. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. 7.9.5. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. 7.9.6. The Government Agency owns the rights to all data/records produced as part of this contract. 7.9.7. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. 7.9.8. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. 7.9.9. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. 7.9.10. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. 8 PERFORMANCE MONITORING CSPCRPCC will keep a log detailing events of copier service calls and consumable requests. The log will include date of notification to vendor, nature of problem, machine to be serviced, date of service, outcome, and date of final resolution. This log will be regularly monitored by COR to ensure that performance is acceptable. 9 SECURITY REQUIREMENTS Access to the facility is controlled by Security. Contractor personnel will be required to provide a photo ID in exchange for a VISITOR Badge upon arrival and will be escorted while in the facility. In Accordance With 852.273-75, Security Requirements for Unclassified Information Technology Resources: The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. 9.1 Contractor personnel will be required to contact the government designated point of contact upon arrival when reporting for service calls or delivering supplies. The contractor shall be responsible for the security of all organizational information. Current rules and regulations applicable to the premises, where the work shall be performed shall apply to the contractor and its employees while working on the premises. These regulations include but are not limited to, escort by VHA officials, presenting valid identification, smoking restriction and any safety procedures as outlined in the site regulations. Contractor will not require connection to the VA network. The C&A requirements do not apply and a Security Accreditation Package is not required. 9.2 The contractor shall not disclose or cause to disseminate any information concerning operations of Department of Veterans Affairs. Such action(s) could result in violation of the contract and possible legal actions. 9.3 All inquiries, comments, or complaints arising from any matter observed, experienced, or learned of as a result of or in connection with the performance of the contract, the resolution of which may require the dissemination of official information, shall be directed to the government s designated representative. 10 GOVERNMENT-FURNISHED EQUIPMENT (GFE)/GOVERNMENT-FURNISHED INFORMATION (GFI) The Government shall supply the paper for the Multi-Functional Copiers. Upon contract award, the COR will provide user Information Technology points of contact details. 11 OTHER PERTINENT INFORMATION OR SPECIAL CONSIDERATIONS a. Identification of Possible Follow-on Work. None b. Identification of Potential Conflicts of Interest (COI). None c. Identification of Non-Disclosure Requirements. None d. Packaging, Packing and Shipping Instructions. None e. Inspection and Acceptance Criteria. None 12 RISK CONTROL None 13 PLACE OF PERFORMANCE VA Cooperative Studies Program Clinical Research Pharmacy Coordinating Center 2401 Centre Avenue, SE Albuquerque, NM 87106 14 PERIOD OF PERFORMANCE The base year Period of Performance will be 12 months from Time of Award, with four (4) twelve (12) month option years 15 DELIVERY SCHEDULE Delivery scheduled based on user s prioritization of installation needs. If installation goes smoother than anticipated, equipment delivery may be accelerated through mutual agreement of user and vendor. The concern is potential issues bringing new equipment on-line and the need to maintain operations. Priority CLIN Description (User s Description for Reference) Earliest Date required to be in-place (Unless Schedule is accelerated) Latest Date required to be in-place 1 0006A MONTHLY LEASE - MP C8002SP (Machine 6-Commons in SPLR) 12/20/2017 1/1/2018 2 0009A MONTHLY LEASE - MP C6502SP (Machine 9-SPLR Replacement) 12/20/2017 1/1/2018 3 0004A MONTHLY LEASE - MP C5503G (Machine 4-OCD in Break Room) 12/27/2017 1/8/2018 4 0005A MONTHLY LEASE - MP C5503G (Machine 5-ANNEX in Bullpen) 12/27/2017 1/8/2018 5 0003A MONTHLY LEASE - MP C6502SP (Machine 3-577 Printer in ADMS) 1/1/2018 1/15/2018 6 0008A MONTHLY LEASE - MP 2554SPG (Machine 8-RACC in Nurses Office) 1/1/2018 1/15/2018 7 0007A MONTHLY LEASE - MP 4054SPG (Machine 7-ITS in Kit Assembly) 1/8/2018 1/22/2018 8 0002A MONTHLY LEASE - MP 4054SPG (Machine 2-PMRU Hallway) 1/8/2018 1/22/2018 9 0001A MONTHLY LEASE - MP C8002SP (Machine 1-ADMS Mail Room) 1/15/2018 1/29/2018 16 ACRONYMS a. CO-Contracting Officer. The Federal employee who is warranted by the Government to enter into contracts on behalf of the Government and is the only person authorized to make changes to those contracts. b. COR-Contracting Officer's Representative. Individual designated by the CO to place orders, furnish technical guidance, advice, certify invoices, and provide general supervision of the work performed under the executed contract. c. CSPCRPCC-Cooperative Studies Program Clinical Research Pharmacy Coordinating Center. d. VAMC-Department of Veterans Affairs Medical Center. e. NMVAHCS-New Mexico Veterans Affairs Healthcare System.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/36C25818Q0004/listing.html)
- Document(s)
- Attachment
- File Name: 36C25818Q0004 36C25818Q0004.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3884536&FileName=36C25818Q0004-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3884536&FileName=36C25818Q0004-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25818Q0004 36C25818Q0004.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3884536&FileName=36C25818Q0004-000.docx)
- Place of Performance
- Address: ABQ VAMC;Research Dept.;Warehouse Bldg 46;1501 San Pedro SE;Albuquerque NM
- Zip Code: 87108
- Zip Code: 87108
- Record
- SN04728850-W 20171103/171101231057-806f2b664e2b9c838da93b6369c5d985 (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 |