SOURCES SOUGHT
99 -- 19 Multi-Function Devices (MFD) Copiers.
- Notice Date
- 3/26/2020 2:09:41 PM
- Notice Type
- Sources Sought
- NAICS
- 532420
— Office Machinery and Equipment Rental and Leasing
- Contracting Office
- DOD EDUCATION ACTIVITY ALEXANDRIA VA 223501400 USA
- ZIP Code
- 223501400
- Solicitation Number
- HE1254-20-RFI-9000
- Response Due
- 4/8/2020 10:00:00 AM
- Archive Date
- 04/10/2020
- Point of Contact
- Galen Hong, Jerome Carter, Phone: 7036997420
- E-Mail Address
-
galen.hong@dodig.mil, jerome.carter@hq.dodea.edu
(galen.hong@dodig.mil, jerome.carter@hq.dodea.edu)
- Description
- SOURCES SOUGHT ANNOUNCEMENT � The Department of the Defense Education Activity (DoDEA), VA on behalf of The Department of Defense Inspector General (DoDIG), is seeking sources for 19 Multi-Function Devices (MFD) Copiers. CONTRACTING OFFICE ADDRESS:� Department of Defense Education Activity, Procurement Division, 4800 Mark Center Drive, Alexandria, VA� 22350-1400. � INTRODUCTION: � This is a SOURCES SOUGHT to conduct market research and determine the availability of all sources to provide the required products and/or services.� DoDEA is seeking information from potential sources to provide the required products and/or services. The DoDIG is seeking information for potential sources able to provide 19 Multi-Function Devices (MFD) Copiers to be delivered and installed in the various locations listed below. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL.� IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.� CONTRACT/PROGRAM BACKGROUND: � This is a new requirement. REQUIRED CAPABILITIES: The Government requires the delivery and installation of 19 multi-function devices (MFD) copiers as part of the agency�s Life Cycle Replacement program. The Contractor must be able to remove all packaging and trash related to the delivery from the premises, Setup and Installation of the MFD�s in suites and provide Trade-in/Removal of existing device being replaced. Delivery is expected 90 days after receipt of order (ARO). There are two specific tiers of MFD�s, Tier A and Tier B.� The MFD�s shall be in accordance with the below specifications:� Tier �A� Specifications: QTY x 18 45ppm B&W 45ppm Color Digital Copier Network Print and Scan USB Host Interface Gigabit Ethernet Warm-Up Time 24 Sec., Recovery 1 Sec. Motion Sensor activated 220-Sheet Color Auto Duplexing Document Feeder, 1200 x 1200 dpi Print Resolution, 2GB RAM, 320GB HDD, PostScript3 and PDF Direct Print Emulation Java VM Card, HDD Encryption 3DES, ISO 15408 Certified DOSS Tiltable 10.1"" Color Customizable Touch Smart Operation Panel with SD/USB (2) 550 Sheet Paper Drawers, (1) 100-sheet Paper Tray Paper Feed Unit PB3280 (2) 550-Sheet Paper Drawers = Total Paper Capacity 2,300 Sheets Finisher SR3260 Bridge Unit BU3090 Punch Unit PU3080 NA Fax Option Type M37 ESP XG-PCS-15D (120 Volt, 15 Amp) Installation and Training Common Access Card; Scan to Email/SharePoint, Secure Print License Compatibility for the following: (1)� 07OM001M5M1-PS1 - Nuance OM Device License (100-499 tier) 1yr M&S SAVIN (2)� 07AS001M4M1-PS1- Nuance AS Workflow Dev Lic (50-99 Tier) Maint 1yr SAVIN Delivered to the following locations: 14 - Alexandria, VA 1 - Denver, CO 1 - Valencia, CA 1 - New York, NY Tier �B� Specifications: QTY x 1 65ppm B&W 65ppm Color Digital Copier Network Print and Scan USB Host Interface Gigabit Ethernet 220-Sheet ""Single Pass"" Color Auto Duplexing Warm Up Time 43 Seconds 1200 x 4800 dpi Print Resolution 4GB RAM, 640GB HDD, Java VM Card, HDD Encryption 3DES, ISO 15408 Certified DOSS Simple Touch 10.1""-wide Smart Operation Panel. Color Customizable Touch Screen with SD/USB Slot (1) 2,500 Sheet Tandem Tray (2) 550 Sheet Paper Drawers and a 100-sheet Bypass Total Paper Capacity 3,700 sheets Finisher SR4110 PU5000 Punch Unit Post Script Option 006429MIU ESP XG-PCS-20D (120 Volt, 20 Amp) Installation and Training Common Access Card; Scan to Email/SharePoint, Secure Print License Compatibility for the following: (1)� 07OM001M5M1-PS1 - Nuance OM Device License (100-499 tier) 1yr M&S SAVIN (2)� 07AS001M4M1-PS1- Nuance AS Workflow Dev Lic (50-99 Tier) Maint 1yr SAVIN Delivered to the following locations: 1 - Alexandria, VA SPECIAL REQUIREMENTS 1. All personnel installing MFD�s are required to have at a minimum an Interim-Secret Clearance. 2. Provide delivery, to the dock with �white glove� delivery to individual suites. 3. Required to provide Certification of Liability Insurance for deliveries. 5. Must Preload Nuance/Secure print software. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 532420, with the corresponding size standard of $35.0M.� This Sources Sought Synopsis is requesting responses to the following criteria from all sources that can provide the required services under the NAICS Code.� To assist DoDEA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein.� This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies.� You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications.� Responses must demonstrate the company�s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).� SUBMISSION DETAILS: Interested vendors should submit a brief capabilities statement package (no more than five (5) pages) demonstrating ability to provide the equipment listed in the specifications above. Responses must include: Business name and address; Name of company representative and their business title; Type of Business (i.e. 8(a), small, large, SDVOSB, etc.); Cage Code; Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. Please note if your items are �Open Market� (This information is for market research only and does not preclude your company from responding to this notice.) Please provide the Device Security White Paper with each model. � Vendors who wish to respond to this sources sought should send responses via email NLT April 8, 2020, 1:00 PM Eastern Daylight Time (EDT) to Mr. Galen Hong at galen.hong@dodig.mil and Mr. Jerome Carter at jerome.carter@dodea.edu.� The response should not exceed a 10 MB e-mail limit for all items associated with the response.� Responses must specifically describe the contractor�s capability to meet the requirements outlined in this notice.� Oral communications are not permissible. ���� � Proprietary information and trade secrets, if any, must be clearly marked on all materials.� All information received that is marked Proprietary will be handled accordingly.� Please be advised that all submissions become Government property and will not be returned.� All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423.� The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c7e750fa3450445d916a438abe7d73d5/view)
- Record
- SN05602120-F 20200328/200326230152 (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 |