Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2018 FBO #5928
DOCUMENT

J -- 657-18-1-1024-0001 Printer Maintenance - STL - Attachment

Notice Date
2/13/2018
 
Notice Type
Attachment
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
36C25518Q0241
 
Archive Date
4/14/2018
 
Point of Contact
MICHAEL P MURPHY
 
E-Mail Address
6-1991<br
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business or Veteran-owned small business, and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Potential contractors must also list any GSA contract under Category 51 506 that may pertain to this announcement. The VA Heartland Network 15, Contracting Office located at 3450 South 4th Street, Leavenworth, KS, 66048-5055 is seeking a potential qualified contractor to provide all labor, supervision, tools, transportation, equipment, and materials necessary to provide an on-site maintenance, repairs, and preventive maintenance for 4 Lexmark Multifunction printers. The NAICS code for this service is 811212 Computer and Office Machine Repair and Maintenance. Important information: The Government is not obligated to, nor will it, pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a small-business set-aside is anticipated under FAR 6.203 Set-Asides for Small Business Concerns. However, if response by Small Business proves inadequate, an alternate set-aside may be utilized. If interested in bidding on this potential procurement, and are qualified to perform, please acknowledge by sending an email to the email address of the contracting officer below no later than 02/20/2018 Attention: Michael Murphy, Contracting Officer. Email: michael.murphy7@va.gov Phone: 913-946-1958 Fax: 913-946-1998 STATEMENT OF WORK 1.0 SCOPE: The scope of this task is to cover the requirements for a maintenance service contract that provides maintenance and repair services for Government- owned printer and copier equipment as described in this statement of Work. Contractor to provide all labor, materials, transportation and professional knowledge to provide an on-site maintenance service agreement on the St. Louis VA Health Care System Facilities Lexmark MX912DXE Multifunction Mono Laser Multifunction Copier and Printers 1.1 Location: The four (4) Copiers requiring service are at two (2) locations, one (1) at John Cochran Division and three (3) at Jefferson Barracks Division. Jefferson Barracks 1 Jefferson Barracks Drive St. Louis, MO 63125 Lexmark MX912DXE Printer Module Serial Number:7421013004661 Printer Module Serial Number:7421013004700 Printer Module Serial Number: 7421013004675 John Cochran Division 915 North Grand Blvd. Saint Louis, MO 63106 Lexmark MX912DXE Printer Module Serial Number: 7421013004685 The contractor shall be currently authorized by Lexmark to provide all services and support in accordance with manufacturer's specifications and the following instructions. 2.0 DESCRIPTION OF SERVICES: 2.1 COVERAGE REQUESTED - 2.1.1 The Contractor shall respond to service calls on an as-needed basis as requested by the government. Qualified technicians are to be made available onsite within two (2) to four (4) working hours. The contractor shall provide personnel experienced and qualified to perform the required services in accordance with OEM practices and standards. All work shall be completed during the site s normal operating hours of 8:00 a.m. to 4:30 p.m. Monday through Friday excluding federal holidays. The contractor will perform on-site diagnostic repairs. The contractor will perform investigations and fixes for persistent problems related to paper jams, degraded print quality, equipment that result in persistent problems, internal errors, equipment failure and malfunctions errors. The Contractor shall perform preventative maintenance if discovered during service calls as necessary to ensure that the equipment is maintained in good working condition. Preventative Maintenance services include: providing thorough cleanings, inspection of common failure parts, restoration of rubber rollers, etc. The contractor is not required to provide regularly scheduled preventative maintenance service visits. For example, only service calls as initiated and requested by the FAA authorized representative shall authorize any repairs or required preventative maintenance to be performed by the contractor. There shall be no additional maintenance charges for preventative maintenance, regardless of when performed. 2.2 Parts Replacement and Consumable Supplies- The Contractor shall provide all parts replacement and consumable supplies required for the government-owned devices. Consumables shall consist of and are not limited to toner, drums, developer, printer heads, black and color cartridges, etc. (Excludes: paper and staples). There shall be no additional charges for replacement parts, unless such parts are required due to the fault or negligence of the Government, or catastrophic event. 3.0 General Requirements 3.1 COMPLIANCE - The Contractor shall be fully responsible for compliance with all VA, local, state, and Federal environmental/occupational safety laws, rules and regulations. The Contractor shall follow life and safety codes, and take necessary actions to avoid conditions that may be hazardous to the health and safety of hospital personnel and patients. The Contractor is responsible for meeting all applicable OSHA and VA guidelines and all work for the duration of the contract shall be performed by manufacturer certified trained technicians. The C&A requirements do not apply, and a Security Accreditation Package is not required. 3.2 WORKING HOURS - Maintenance work shall be performed on weekdays, excluding Federal holidays, during the hospital s regular weekday working hours of 8:00 a.m. 4:30 p.m. Federal holidays observed may be exchanged for Contractor observed day, only on a one-for-one basis, requested by the Contractor and subject to approval by the Contracting Officer. 3.3 CONFIRMATION OF REPAIR WORK - All completed repairs must be confirmed and approved by the VA COR during regular hospital working hours, 8:00 a.m. 4:30 p.m., Monday through Friday excluding Federal Holidays. After regular working hours, weekends, and holidays, COR may approve equipment available for use after repairs have been made. 3.4 PREVENTIVE MAINTENANCE SERVICE - Preventive maintenance inspections shall be performed as necessary to meet manufacturer/factory specifications. Contractor shall inspect, adjust, lubricate, repair and test to ensure safe reliable service within all tolerances as required by manufacturer s specifications. 3.5 PERFORMANCE AND TESTING - After completion of maintenance, the system shall be operated by the Contractor to ensure all components meet required standards as outlined in manufacturer s specifications. All components and controls shall be checked and adjusted if necessary or applicable. 3.6 DOCUMENTATION OF SERVICES PERFORMED - At the conclusion of the inspection period, the Contractor shall submit a report to the COR indicating the elements of the inspection performed, findings, and recommendations if applicable. This report shall be submitted in the form of a checklist or manufacturer performance service ticket, provided all requested information is supplied. All repair work shall be documented when service is completed. The repair technician must indicate on the repair ticket the specific action taken, all parts replaced, hours of labor required, and travel time. The equipment serviced must be identified clearly by name and location. Upon completion of service, the COR will sign the service ticket. 3.7 CLEANUP - The Contractor shall be responsible for cleaning the work area and equipment upon completion of work. All accumulated rubbish shall be removed. 3.8 SPECIAL TOOLS - The Contractor shall provide all tools, testing equipment for disassembly, assembly, adjustment, calibrating, software updates and other work as required for the performance of this Contract. 3.9 OVER AND ABOVE REPAIR - Upon discovery of a malfunctioning part the Contractor shall immediately notify the COR. 3.10 CONTRACTOR EMPLOYEES - Contractor personnel shall present a neat appearance and be easily recognized as Contractor employees. Example: wearing of distinctive clothing such as uniform, badges, patches, etc. 3.11 ESCORT AND FACILITY CHECK-IN - All Contractor personnel working on-site at each facility shall check in and out with the COR.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/36C25518Q0241/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25518Q0241 36C25518Q0241.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4081384&FileName=36C25518Q0241-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4081384&FileName=36C25518Q0241-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04822252-W 20180215/180213232108-8f7e46c9492b071fa6cf737f9bb15ec7 (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.