SOURCES SOUGHT
74 -- Print Service Equipment Management and Maintenance
- Notice Date
- 6/5/2019
- Notice Type
- Synopsis
- NAICS
- 333316
— Photographic and Photocopying Equipment Manufacturing
- Contracting Office
- 2621 Losee Road Las Vegas NV 89030-4129
- ZIP Code
- 89030-4129
- Solicitation Number
- 332144-JC-19
- Response Due
- 6/17/2019
- Point of Contact
- crossljl@nv.doe.gov crossljl@nv.doe.gov, Sr. Procurement Specialist, Phone 7022955343, - Carolyn Eichler , Principle Procurement Specialist, Phone 702-295-0947
- E-Mail Address
-
crossljl@nv.doe.gov, eichleCL@nv.doe.gov
- Small Business Set-Aside
- Partial Small Business
- Description
- The purpose of this sources sought is to gather information from qualified suppliers, for a managed print service solution that encompasses all printer deployment, maintenance, operational on-site support, consumables and management services, including High Volume/High Production equipment. The plan must include a minimum average user-to-device ratio of 9:1, excluding High Production/High Volume equipment. See attachment A High Production/High Volume Specifications. The SUBCONTRACTOR will provide in their proposal the maintenance requirements of all MFDs in the proposed maintenance agreement. Currently seeking a capability statement from potential sources. Draft Scope of Work: Upon issuance of a formal Request for Proposal (RFP), Contractor intends to award a firm-fixed-price contract for a period of five year for the most efficient and cost effective solution proposed. The proposal should include a detail description of the devices and services proposed and a price proposal describing the monthly/annual fees involve. Other inclusions noted further done in this draft scope of work. Proposer may include a number of options at their discretion that clearly show any cost advantages to each option. During the on-site assessment and discovery, there may be scanning and printing requirements recommended, that the CONTRACTOR will reserve the right to make final disposition decisions on the existing equipment. Proposals could include retaining existing printer fleet (partially or fully) or, a complete replacement of the fleet, should the proposer deem this the most advantageous path forward. The CONTRACTOR is requesting options and strategies to determine the best use of current technology. An onsite assessment and discovery of the CONTRACTOR'S current printing and scanning environment will be required once sources or identified and a formal RFP is issued. DELIVERABLES: The Offeror's proposal must provide a written report documenting the entire printer, copier, and MTP fleet including detained physically mapping out where each device (by mode/identification number) is located and used by the SUBCONTRACOT to support the designing of the ideal deployment configuration that will pinpoint new and existing devices. Proposal must indicate plan to me a 12/02/2019 implementation date. The Offeror's maintenance requirements of all MFDs in the proposed maintenance agreement. Exhibit in the proposal the ability to drive down costs, refine processes, retire outdated technologies, and streamline workflows. Plan must include a minimum average user-to-device ratio of 9:1. The SUBCONTRACTOR shall provide a Phase-in/Phase out Plan. The SUBCONTRACTOR recognizes that the prices and services under this Subcontract are vital to the CONTRACTOR and must be continued without interruption and that, upon Subcontract expiration, as the successor, either the SUBCONTRACTOR agrees to (1) furnish phase-in training and (2) exercise its best efforts and cooperation to effect an orderly and efficient transition. The phase in/out plan shall include any requirements and coordination by incumbent to remove existing equipment and placement of the new copier equipment. SUBCONTRACTOR shall negotiate in good faith a plan with a successor to determine the nature and extend of phase-out services required. A kickoff plan for how SUBCONTRACTOR will conduct kickoff meetings to ensure a methodical approach to implementation of the print management assessment that includes discussions for goals, scope, timelines, initial data analysis, and expected outcomes. A transition plan for how SUBCONTRACTOR shall work with the CONTRACTOR's IT personnel to plan a methodical approaches to implement scenarios and solutions to streamline the print management environment. This will include a Phase-in timeline (Phase-in) for implementation of services. CONTRACTOR will consider a staggered Phase-in approach. The SUBCONTRACTOR shall transfer all technical knowledge articles to CONTRACTOR's IT personnel during Phase-in. SUBCONTRACTOR will be required to provide for regular maintenance to include the following. In the event we have downtime on any equipment, replacement of parts and/or equipment will be required. Plan for regular maintenance and pro-active replacement of consumables to include:  Toner (must be Original Equipment Manufacturer (OEM for all printers on contract)  Drums  Maintenance Kits  Other consumable parts  Fuser units  Transfer kits  Waste toner bottles  Rollers  Paper guides NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-JUN-2019); 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/notices/d1eb7c7bf11b57cc27c2cda25be967e3)
- Place of Performance
- Address: See attached the Attachment B, Locations for Delivery and Work that would require coverage under such an Subcontract Agreement.
- Country: US
- Country: US
- Record
- SN05331958-F 20190607/190605230022 (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 |