Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 08, 2020 SAM #6919
SOURCES SOUGHT

W -- RFI - Copier/Printer Lease for NMCP

Notice Date
11/6/2020 8:56:30 AM
 
Notice Type
Sources Sought
 
NAICS
532420 — Office Machinery and Equipment Rental and Leasing
 
Contracting Office
NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
 
ZIP Code
22134
 
Solicitation Number
36C78621Q0039
 
Response Due
11/13/2020 5:00:00 PM
 
Archive Date
12/13/2020
 
Point of Contact
Philip Caganap, Philip ""Gabe"" Caganap, Phone: 562-766-2278
 
E-Mail Address
philip.caganap2@va.gov
(philip.caganap2@va.gov)
 
Awardee
null
 
Description
RFI: 36C78621Q0039 Page 3 of 3 SOURCES SOUGHT NOTICE DISCLAIMER This Source Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Sources Sought Notice that is marked as proprietary will be handled accordingly. Responses to this notice are not offers or quotes and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought Notice. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this Sources Sought In Accordance With (IAW) FAR Part 15.201(e). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought only. The purpose of this Sources Sought is to seek Service Disabled Veteran Owned Small Businesses (SDVSOB) or Veteran Owned Small Business (VOSB) that are able to meet the requirement described in draft Statement of Work (SOW) below. Responses to this Sources Sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought, a solicitation announcement may be published. Responses to this Sources Sought synopsis are not considered adequate responses for a solicitation announcement. Please note that these requirements are not finalized and is subject to change based on the responses to this Source Sought. The information identified in the attachments are intended to be descriptive, not restrictive, and to indicate the quality of the services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that they can provide the services that fulfill the requirement described in the draft SOW. If you are interested, and, are capable of meeting this requirement, please provide the requested information indicated below. Company Name: Address: Point of Contact: DUNS Number: FSS Contract No. (if applicable): SDVOSB or VOSB?: Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above (Gray Market items are not acceptable)? If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Please provide general pricing of your products/solution for market research purposes. Catalog list prices, FSS prices, or any other publicized price lists are acceptable. Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described in the attached SOW. Responses to this notice shall be submitted via email to Philip Gabe Caganap at Philip.Caganap2@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, November 13, 2020 14 at 17:00 PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this Sources Sought. Responses to this Sources Sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. STATEMENT OF WORK (DRAFT) The VA National Cemetery Administration (NCA) is seeking to lease the following to support the National Memorial Cemetery of the Pacific (NMCP). The estimated lease period is from 12-01-2020 11-30-2025. B.2.2 TECHNICAL SPECIFICATIONS 1. Contractor shall provide 1 midsize WorkCentre Xerox 7835 or comparable model producing prints in as little as 8.2 seconds in color and 6.8 seconds in black and white. Letter-size paper shall be delivered at a rate speed of 35 pages per minutes. Quality documents delivered with enhanced 1200x2400 dpi. Midsize WorkCentre with the paper capacity of at least 3,140 sheets which can be maximized up to 5,140 sheets. Copier Printer Workflow Scanner Fax Server Fax I-Fax Email (optional) Print by Xerox System Containing, at a minimum: Office Staple Finisher Fax Board Single Pass Duplex Module 4 Tray Configuration (optional) Bypass Tray Post Script 3 PCL6 Capability to Stack and V-Fold (optional) 2. Monthly pricing should include at a minimum: 1: 7500 Black and White Copies 2: 3000 Color Copies All consumable supplies are included for all prints 3. Price includes semi-annual maintenance on the machine. Maintenance shall be performed to ensure the longevity of the machine and to eliminate breakdowns. Price also includes any services that need to be performed on call. 4. Contractor shall always provide English-speaking personnel while performing the duties of this contract. This is to ensure proper communication between parties. B.2.3 CONDUCT AT THE CEMETERY While performing work at the National Cemetery of the Pacific, personnel are required to adhere to the following standards of dress and conduct: A. National cemeteries are national shrines. Personal appearance shall always be professional, and conduct must be unobtrusive at all times. Service personnel will need to be escorted into the administrative areas. B. Service personnel will behave with appropriate decorum, courtesy, and respect while within the cemetery or at its perimeter or entrances. Shouting, cursing, angry outbursts, sleeping, intoxication, unsafe driving, and criminal acts of any kind will not be tolerated and shall be cause for immediate removal from the cemetery. These actions could jeopardize any future contract or renewal of current contract. C. The Contractor will ensure all motor vehicles used in this contract meet state safety, licensing, registration, and insurance requirements. All contract personnel operating vehicles will have a valid driver s license. D. Service personnel will report to the administration building upon arrival. E. The Government reserves the right to refuse acceptance of Contractor if personal or professional conduct jeopardizes the regular or ordinary operation of the cemetery. The Contractor will work with the Contracting Officer s Representative (COR) on issues raised concerning contract personnel s conduct. The final arbiter on questions of acceptability will be determined by the Contracting Officer. F. Personnel shall conduct themselves in a professional manner. Discrimination of any kind is strictly forbidden. Language and behavior shall be in accordance with federally mandated policies. 2. The parties agree that such personnel shall not be considered NMCP employees for any purpose and shall be considered employees of the Contractor. (END)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b3287c11bf1745afbc5751eaaf390391/view)
 
Place of Performance
Address: National Memorial Cemetery of the Pacific Honolulu, HI
 
Record
SN05848627-F 20201108/201106230147 (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.