Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2020 SAM #6649
SOURCES SOUGHT

R -- Multipurpose Universal Machine - Mail Meter Lebanon VA Medical Center

Notice Date
2/10/2020 9:24:42 AM
 
Notice Type
Sources Sought
 
NAICS
532420 — Office Machinery and Equipment Rental and Leasing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24420Q0302
 
Response Due
2/14/2020 8:59:59 PM
 
Archive Date
03/15/2020
 
Point of Contact
Thomas CossentinoContract Specialist
 
E-Mail Address
thomas.cossentino@va.gov
(thomas.cossentino@va.gov)
 
Awardee
null
 
Description
THIS IS NOT A SOLICITATION. This is a Sources Sought Notice only and is issued to conduct market research and gain knowledge of current market capabilities. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice is issued solely for information and planning purposes and does not constitute a solicitation or a guarantee to issue a solicitation in the future. This notice does not commit the Government to contract for any supply or service. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Not responding to this notice does not preclude participation in any future solicitation, if issued. This announcement is based on the best information available at this time and is subject to future amendment. The Department of Veterans Affairs, Network Contracting Office 4, is conducting a market survey to identify potential sources to provide an operating lease and maintenance agreement for a multipurpose universal machine. The following requirements must be met: SCOPE AND REQUIREMENTS (NOT COMPREHENSIVE) Part I: General Information Introduction The Lebanon VA Medical Center (LVAMC) is seeking sources to initiate an operating lease and maintenance agreement for a multipurpose universal machine. The multipurpose universal machine shall be used for periodic mass mailings of both letters and postcards, historically equating to 450,000 mailings per annum. The LVAMC supports the health and well-being of our Nation s Veterans. The use of this multipurpose universal machine is mission critical to administrative operations. The contractor shall be required to ensure that the necessities described herein are provided to meet the requirements of the organization as the operating lease for the current printing solution is set to expire. Scope The operating lease agreement shall include a base period of performance of one year and four possible one-year option periods. The operating lease agreement shall include a new multipurpose universal machine, full-service maintenance, preventative maintenance, and all operational/consumable supplies (toners, dry inks, and fuser oils). The Government will provide paper, envelopes, postcards, and staples. The contractor shall provide training to the key operator within 7 days of completed installation. The contractor shall ensure networking functionality and security accreditation along with technical and network installation capability. Applicable Documents The multipurpose universal machine utilized by the LVAMC shall comply with the following regulations: Architectural and Transportation Barriers Compliance Board s Electronic and Information Technology Accessibility Standards (36 CFR 1194)- http://www.gpo.gov/fdsys/search/pagedetails.action?browsePath=Title+36%2FChapter+Xi%2FPart+1194&granuleId=CFR-2011-title36-vol3-part1194&packageId=CFR-2011-title36-vol3&collapse=true&fromBrowse=true Executive Order 13123, Greening the Government through Efficient Energy Management- https://www.energy.gov/nepa/downloads/eo-13123-greening-government-through-efficient-energy-management Executive Order 13221, Energy-Efficient Standby Power Devices- https://www.energy.gov/sites/prod/files/2013/10/f3/eo13221.pdf Section 508 of the Rehabilitation Act (29 U.S.C. 794d) Amendments of 1998- https://www.section508.gov/manage/laws-and-policies Part II: Work Requirements The specifications and features provided herein represent the LVAMC s best effort to capture the functions, size capability, and features of the required multipurpose universal machine and maintenance agreement. It is the sole responsibility of the contractor to provide the LVAMC with any and all questions required to submit complete quotes for a multipurpose universal machine which will replace the machine that is presently in use. The lease shall include delivery and installation of the multipurpose universal machine, associated equipment listed herein, operating software, the provision of the operating supplies, and maintenance (both preventative and reparative), to ensure the machine is in constant working order. Contractor technicians shall have the ability to communicate in English. The contractor shall flow down all pertinent terms and conditions of this contract to its subcontractors, including all requirements involving deliveries, installation, and maintenance. The contractor shall be responsible for the removal of the existing equipment. Technical Must Have s Required characteristics for the Multipurpose Universal Machine: One (1) each full color printer, printing at least 90 pages per minute One (1) each color express printer Overall dimensions able to fit into the existing 17 x 4 location One (1) each digital multimedia printer package One (1) each mail management software base license, with document formatting options to include templated letters, appointment letters, mail merges, etc. One (1) each mailing address management software (Intelligence Mail Bar Code) One (1) each interface software between mail management and Intelligence Mail Bar Code to provide bulk rate mail through USPS One (1) each inserting system, with 4 feeder tower One (1) each power stacker One (1) each exit transporter Two (2) each sheet/flat envelope trays Two (2) each paper/flat envelope insert trays One (1) each high capacity feeder One (1) each friction feeder One (1) each offset stapler Required Operating Features: Copy to within 3/16"" of the leading edge of the paper and 1/8"" of the remaining pages Connectivity for LAN capability must be able to support industry's most current software applications, network operating systems (e.g., Windows 10, XP, Netware) Software and/or technologies must connect to the VA Network- approved through VIPR and TRM approved. This compatibility must be in place at time of response. Contain no asbestos or polychlorinated biphenyls (PCBs), nor beryllium, lithium, or other compounds Conform to the requirements of the American National Standards Institute (ANSI); https://www.ansi.org/ And to conform to the requirements of the Underwriters Laboratories (UL); https://ul.org/focus-areas/standards-development Include an Operator's Manual for each specific piece of equipment Accept recycled paper/post cards of up to 50% post-consumer materials Contain an internal self-diagnostic system indicating, as a minimum, the following conditions: ""needs toner"", ""needs paper"", ""paper misfeed or jam"", or ""call for service"" Provide an ""on/off signal light or panel indicator; contain minimum platen of 11"" x 17"" of the ""flat bed"" type Power off automatically after a period of non-usage; run paper up to and including 24-lb. bond In compliance with ""Energy Star"" (https://www.energystar.gov/index.cfm?c=partners.pt_products_and_program_reqs) or ""Safe Choice"" standard (https://www.epa.gov/saferchoice/safer-choice-standard) Utilize digital technology Employ automated features for the following capabilities: less than 30 seconds warm-up time, use of post cards, gummed labels, and utilize photocopy paper dimensions from 8-1/2"" x 11"" to 11"" x 17"" CAPABILITIES STATEMENT AND DOCUMENTATION: Companies are invited to provide their capabilities, experience and knowledge in the provision and maintenance of multipurpose universal machines as indicated herein. Sources are asked to provide information to demonstrate their answers to the following items of information: 1. General information about your company to include: Company Name: Company Address: Company DUNS: Company NAICS Code(s): Point of Contact Name: Point of Contact Phone Number: Point of Contact Email Address: Company Website (if available): FSS Contract Number (if applicable): 2. The North American Industry Classification System Code (NAICS) is 532420, Mailing equipment rental or leasing, and the Small Business Size Standard is $32.5 million. Based on this information, please indicate whether your company is a Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), 8(a), HUB Zone Small Business, Women Owned Small Business, Small Disadvantaged Business (SDB), Small Business Concern, or Large Business. NOTE: FOR SDVOSB/VOSB ONLY: Please note that if responding as an SDVOSB or VOSB, your company must be registered and verified in VA s Vendor Information Pages (VIP) database, which is available at: https://www.vip.vetbiz.va.gov/. 3. Based on market response, the following clauses may be included in a resulting solicitation, should one be issued: VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside VAAR 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside FAR 52.219-6, Notice of Total Small Business Set-Aside Accordingly, prospective contractors will be required at time of solicitation response to certify to the applicable limitation on subcontracting requirements in 13 CFR 125.6, with reference to the appropriate set-aside. Please include in the response to this sources sought your ability or inability to certify to the clause applicable to your organization. 4. Provide a summary of your firm s ability to meet the services described in this announcement. In addition to a Capability Statement which provides the above, submissions can include specifications, brochures, and manuals as attachments. Submit your response by 11:59 PM EST on February 14, 2020 via email to Thomas Cossentino at thomas.cossentino@va.gov and include Sources Sought Notice number 36C24420Q0302 in the Subject line. Prospective Contractors are reminded that in accordance with FAR 4.11 they shall be registered in the System for Award Management (SAM) database and shall complete electronic annual representations and certifications in SAM prior to award of a contract. SAM is located at https://sam.gov/SAM/ and consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. There is NO cost to use SAM. No solicitation document is available at this time; this notice is to acquire information only.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b981baf816c3475e82af2ef2c8fb499b/view)
 
Place of Performance
Address: Lebanon VA Medical Center;See sources sought description 17042, USA
Zip Code: 17042
Country: USA
 
Record
SN05556158-F 20200212/200210230149 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.