Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2018 FBO #6224
SOURCES SOUGHT

J -- PM Service TransLogic Mail Conveyor System

Notice Date
12/6/2018
 
Notice Type
Synopsis
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
36C10E19Q0045
 
Response Due
12/13/2018
 
Archive Date
1/12/2019
 
Point of Contact
716-430-4684
 
Small Business Set-Aside
N/A
 
Description
36C10E19Q0045 Page 5 of 5 Request for Information/ Source Sought (RFI) 36C10E19Q0045 Translogic Conveyer System Maintenance Support The Department of Veterans Affairs, Philadelphia Regional Office This Sources Sought, Request for information is released pursuant to FAR Part 10.002 (b)(2)(iii) Publishing formal Request for Information with Industry. The Veterans Benefits Administration Eastern Area Contracting Team is issuing this combination Sources Sought Notice / Request for Information. The objective is to gain information on industries ability to provide maintenance service on a Translogic conveyerDI950 mail insertion machine, with a sheet feeder and four feeder tower, located at The Department of Veteran Affairs, Regional Office 5000, Wissahickon Avenue, Philadelphia, PA 19144s is to facilitate the Contracting Officer s review of the market base, to ascertain if there are any authorized TRANSLOGIC, specifically in this order, Service Disabled Veteran Owned Small Business, Veteran Owned Small Business or Small Business who are authorized service companies available to provide preventive maintenance on a system already in place. The mail conveyor system is manufactured by TransLogic Corporation The eventual RFQ will not require the supply of new system only PM servicing. This Sources Sought/RFI notice provides an opportunity for respondents to submit their notice of ability and confirmation that they are an authorized service provider of Trans Logic (SWISS LOG) equipment and systems. Contractors are being requested to submit their availability and potential to fulfill the requirement, in the form of a one paragraph response to this posting. Response must include full company name and address, confirmation that you are registered in DUNS https://www.dnb.com/ and SAM https://www.sam.gov/SAM/, and if Veteran Owned you must be in VIP https://www.vip.vetbiz.va.gov/ Information is sought from industry from authorized service providers to TransLogic (SwissLog) equipment to include company profile information. The currently installed system is a Model 13298B Translogic/Swisslog system mail handling conveyor system, TransLogic can only be maintained and services by Translogic Corporation. Translogic/Swisslog currently may not have any authorized or appointed third parties to perform maintenance services, or equipment or software upgrades on the mail conveyor system. The mail conveyor system was installed in 1996 and has only been serviced by Translogic. STATEMENT OF WORK FOR TRANSLOGIC /MODEL #13298B Scope of Work: The contractor shall provide all resources necessary to support Preventative Maintenance, Emergency Support Service, and Replacement Parts, for the Translogic Machine. The Translogic is a conveyer style machine, which moves mail among floors for the Department of Veterans Affairs, Veterans Benefits Administration, (Philadelphia) Regional Office. Preventative Maintenance: The contractor shall provide Quarterly preventative maintenance IAW with the original manufacturers recommended specifications. The preventative maintenance schedule shall be mutually agreed upon. The contractor shall provide the attached checklist upon completion of each preventative maintenance occurrence. Normal preventive maintenance replacement parts shall be included. Emergency Support Service: Emergency service shall be provided as requested. This shall include On-call service, during normal business hours, (8:30 a.m. thru 5:00 p.m.), Monday through Friday, Eastern Standard Time. Emergency Service shall be provided as follows: The contractor will respond by phone at no additional charge, within normal business hours or within two hours of notification after normal business hours. The contractor s phone support will include remote access capability into the system via VPN or modem communication (if applicable). If the government wishes to take advantage of this service, the customer agrees to install a VPN connection or Modem Support Package (hardware and software) on an analog direct inward dial (DID) phone line connected to the system control center. The government will provide an additional voice telephone near the system control center. The contractor s service technician will first attempt to correct the problem by the use of phone diagnostics with the government point of contact. The government agrees to provide a representative who can perform system control center commands and other minor repairs to the system, upon the advice of the contractor s service technician. Should phone diagnostic efforts be unsuccessful in returning the system to normal operation within an hour, the contractor will dispatch a technician. Replacement Parts: Replacement parts, beyond normal maintenance, shall be billed at commercial market prices. The contractor shall provide an estimate before making all purchases. The stations project point of contact shall sign off on all replacement parts before purchase. The replacement parts shall not exceed the total award amount of the eventual contract and or option year CLINS. Maintenance Guidelines: Only new standard parts or parts equal in performance to new parts shall be used in effecting repairs. Parts that have been replaced shall become the property of the Contractor. All labor and non-consumable replacement parts shall be included. Confidentiality: All work is to be performed by competent personnel, experienced and qualified to provide maintenance services. Contractors shall keep all assignment-related information strictly confidential. Administration personnel will escort contractors at all times. Service Work Order: Before an invoice can be paid, a service work order shall be submitted and signed by a representative of the VA. A Service work order will include: Manufacture s recommended list of items to be inspected or tested; Technicians recommendation of additional service work needed; Date of service; Service Start/Stop Time; Technicians Name; Total hours of Service; Parts replaced; and Additional Parts (if needed) Billing: After each service call, the contractor shall submit an invoice, to include: Contract Number; Company Name and Address; Invoice Date; Invoice Number (Note: Each invoice must have a different Invoice Number); Description of items/services provided as well as referencing the appropriate Contract Line Item Number (CLIN). This way the proper CLIN can be billed for the Invoice; Terms for any discount for prompt payment; Name, title and phone number of company point of contact to notify in case of an Emergency Additional items of note: Preventative Maintenance includes all labor, material, and travel. All materials or parts required for Emergency or Unscheduled repairs. Contractor will stock service vehicle with parts to address most service requests. The Contractor shall comply with all security requirements imposed by the installation commander at all times while on the installation. Contractor personnel involved in civil crimes and/or other incidents of misconduct may be restricted from entry onto the installation. Notes: This Sources Sought/RFI is for planning purposes, and does not constitute a commitment, implied or otherwise, that a procurement action will follow. The Department of Veterans Affairs will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, The Department of Veterans reserves the right to contact any respondent to this notice for the sole purpose of enhancing The Department of Veteran Affairs understanding of the notice submission. The content of any responses to this notice may be reflected in any subsequent solicitation, except for content marked or designated as business confidential or proprietary which will be fully protected from release outside the government The Department of Veteran Affairs Contracting Office POC: Raymond Tracey Contracting Specialist, office of Acquisitions, Service Team Email: raymond.tracey@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/36C10E19Q0045/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Philadelphia VBA Regional Office;Support Services Division;3000 Wissachickon Avenue;Philadelphia, PA
Zip Code: 19144
Country: USA
 
Record
SN05167975-F 20181208/181207065834 (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.