SOURCES SOUGHT
74 -- Mail meters, folder/inserter, and maintenance service
- Notice Date
- 8/9/2019
- Notice Type
- Synopsis
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of Veterans Affairs;G.V. (Sonny) Montgomery VAMC;1500 E. Woodrow Wilson Dr.;Jackson MS 39216
- ZIP Code
- 39216
- Solicitation Number
- 36C25619Q1357
- Archive Date
- 10/8/2019
- Point of Contact
- SEE PAGES 2-6 FOR ADDITIONAL INFORMATION
- Small Business Set-Aside
- N/A
- Description
- DEPARTMENT OF VETERANS AFFAIRS NETWORK CONTRACTING OFFICE (NCO) 16 G.V. (Sonny) Montgomery VA Medical Center, 1500 E. Woodrow Wilson Drive, Jackson MS REQUEST FOR INFORMATION 36C25619Q1357 BACKGROUND: The G.V. (Sonny) Montgomery VA Medical Center, 1500 E. Woodrow Wilson Drive, Jackson, MS VAMC has a requirement for rented mail meters, a rented folder/inserter, and maintenance services and software/rate change updates for mail metering systems. REQUESTED RESPONSES: The intent of this Request for Information is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post in the near future. Interested contractors are requested to respond in accordance with the following: Please respond to this RFI if you can provide rented mail meters, a rented folder/inserter, and maintenance services and software/rate change updates for mail metering systems. In the response please cite your business size status. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. Please respond to this RFI if you can provide supplies that can be determined EQUIVALENT to the products listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of similar items, please respond to this RFI. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to diyonne.williamsr@va.gov. Please respond to this RFI no later than August 16, 2019 at 5 PM (CT). DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. REQUIREMENTS: This contract is planned as a firm fixed price contract with a 1year base to begin on October 1, 2019, and four 1 year option years thereafter. The contractor will provide a pricing schedule for maintenance and meter rental beginning in the Base Year through Option Year IV. Contractor maintenance will include preventative maintenance at manufacturer-recommended intervals, or at a minimum one preventative maintenance visit per year. The contractor may perform repair work, at its option, at the government site, or at the contractor s local service branch. If the contractor removes the equipment from the government site for repair, the contractor will provide a comparable machine to the government for temporary use at the time the contractor removes the equipment for repair. The contractor must provide a single toll-free telephone service number for the use of GVSMVAMC personnel to use. This number will also be available to use for general questions regarding machine operation/maintenance and warranty. Government personnel must be able to access the number Monday through Friday between the hours of 8:00 AM and 4:30 PM, local prevailing time. This telephone number must include access to help desk personnel for hearing impaired customers. The contractor will provide on-site response to service calls at the government facility where the equipment is located within two working hours after receipt of the call. The contractor must provide service during normal government working hours for the office site where the equipment is located. If the contractor cannot repair the equipment on-site within two working hours of the initial service request, the contractor must provide a comparable temporary machine until the equipment is operational. The contractor will maintain a record of all service calls, including the following information: · Date and time the service call is received, · Location of equipment, · A unique identifier for the office and person handling the service call, · Name and phone number of the person reporting the problem, · Equipment serial number, · Description of the problem reported, · The response time, · Meter balance at the time the problem was reported, · The final diagnosis of the problem, and · Date and time of the final corrective action. The report must be in EXCEL format, with all service codes defined and each particular action explained. The contractor will provide these records to the government monthly or within five working days of the Contracting Officer s Representative s (COR) request. If a device is not repairable, the contractor will, with the COR s approval, replace the equipment with an identical model or with a machine with features and capabilities that meet or exceed those of the device that is replaced. The contractor may replace machines at reasonable intervals (upon COR approval) with identical equipment or machines with features and capabilities that meet or exceed those of the device that is replaced, in order to avoid what it considers excessive maintenance costs. The replacement equipment will be covered under the maintenance meter rental contract (i.e., the replacement would not be treated as new installation, and maintenance and other charges paid for the old equipment would apply to the replacement equipment, etc.). If equipment is replaced, the contractor will provide with the replacement, at no additional charge, a three-month supply of supplies needed to operate that equipment, as if it were a new installation. The contractor must give a minimum of 30 days written notice to the COR for replacement of the equipment under this provision. The contractor will be responsible for identifying patterns of machine overuse that result in excessive service calls. The contractor will document patterns of overuse and notify the COR when they occur. The contractor will be responsible for submitting the equipment s service history reports to support its claim that the equipment is being overused. Upon contractor notification of excessive use, the government will evaluate, and if necessary, arrange to remove the equipment from service. The contractor will be responsible for the collection and proper disposal of all equipment and supplies deemed to be waste, excess, or scrap. Proper disposal may include discard, reuse, or recycle. All hazardous materials as defined in 40 CFR 261, Identification and Listing of Hazardous Waste, must be transported, stored, and disposed of in accordance with CFR Title 40 Protection of the Environment, Chapter I-Environmental Protection agency, Subchapter I-Solid Wastes (40 CFR 260 through 40 CFR 265). GS-25-F-0010M VA244-15-A-0035 In accordance with 29 CFR 1910.1200, the contractor will evaluate the hazards for all chemicals required for performance of the contract, and will transmit information concerning hazards to contractor employees before introducing the material to government property. The contractor will disseminate hazardous material information using a comprehensive hazard communication program, which shall include container labeling and other forms of warning, material safety data sheets, and employee training. The contractor shall provide copies of all material safety data sheets to the VA no later than the delivery date for the first shipment of the material to government property. Purchase one (1) commercial double door roll in refrigerators. This equipment is used for quantity food storage at standard refrigeration temperature range. Standard product features should include: SPECIFICS: Two digital mail metering systems and high volume folder/inserter, along with maintenance service, are required for rental by GVSMVAMC : The digital mail metering system provided for use at the GVSMVAMC site must process at least 170 letters per minute (LPM), handle mail up to ¾ inch thick, with a 70lb. dynamic weight scale which measures mail and determines, sets, and prints the appropriate postage (175 LPM w/o dynamic weight scale in use). Process at least 120,000 mail pieces per month. Process up to 5,400 letters per hour. The ability to read 2D page barcodes to determine the number of pages going into each envelope. Up to 24 programmable jobs. The meter must have a scanner and labeler for certified mail. 15inch high resolution monitor with touchscreen input capability. Wireless keyboard. Unit will need to connect to the Internet via a highspeed data connection. The digital mail metering system provided for use at the 1500 E. Woodrow Wilson Drive site must process at least 140 LPM, handle mail up to 3/4inch thick, with a 35lb. dynamic weight scale which measures mail and determines, sets, and prints the appropriate postage. Integrated compliant label printer. High capacity sheet feeder that can hold up to 1,000 pages. Flat envelope feeder able to hold 100 -9x12 or 10x13 envelopes. Ability to switch between 6 x 9.5 or #10 envelopes or flat envelopes depending on page count without starting a new job. Vertical power stacker. Bottom address inverter. Automatic Light Sensor Double Document Detection on all feeders. The mailroom has approximately 1488 sqft. Any proposal must offer solutions which meet or exceed these specifications. SCHEDULE FOR DELIVERABLES G.V. (Sonny) Montgomery VA Medical Center 1500 E Woodrow Wilson Drive ATTN: Warehouse Jackson, MS 39216-5116 Special Shipping/Delivery Instructions: (If applicable Example below) Prior to shipping, Contractor shall notify Site POCs five (5) busy including line-by-line details for review of requirements. Contractor cannot make any changes to the delivery schedule at the request of Site POC. The MEDVAMC loading dock hours are M-F 7:00 AM to 2:00 PM Contractors must coordinate deliveries and installation with Site POCs before shipment. All shipments, either single or multiple container deliveries, will bear the VA Purchase Order number on external shipping labels and associated manifests or packing lists. In the case of multiple container deliveries, a statement readable near the VA PO number will indicate total number of containers for the complete shipment (ex. Package 1 of 2 ), clearly readable on manifests and external shipping labels. Packing Slips/Labels and Lists shall include the following: IFCAP PO # _______ Total number of Containers: Package of. (i.e., Package 1 of 3) Total number of Containers: Package of. (i.e., Package 1 of 3) INFORMATION SECURITY CONSIDERATIONS: The Certification and Accreditation (C&A) requirements do not apply and a Security Accreditation Package is not required. N/A NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (09-AUG-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/spg/VA/JaVAMC/VAMCCO80220/36C25619Q1357/listing.html)
- Record
- SN05399744-F 20190811/190809230018 (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 |