Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2022 SAM #7478
SOURCES SOUGHT

75 -- Large Format Plotter

Notice Date
5/20/2022 12:49:17 PM
 
Notice Type
Sources Sought
 
NAICS
333244 — Printing Machinery and Equipment Manufacturing
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25522Q0297
 
Response Due
5/26/2022 2:30:00 PM
 
Archive Date
07/25/2022
 
Point of Contact
Owen, Maria Riza, Contract Specialist, Phone: 913-946-1164
 
E-Mail Address
maria.owen2@va.gov
(maria.owen2@va.gov)
 
Awardee
null
 
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 Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other 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) SAM UEI number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone 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. Vendors will need to fill in a PRICE BREAKDOWN AND CALCULATION OF SELF PERFORMED/SUBCONTRACTED WORK. Capabilities Statement and Documentation: Firms/Companies are invited to provide their capabilities, experience and knowledge in providing these Services. Sources are asked to provide information to demonstrate their answers to the following items: Company name, address, website, business type, socio-economic status (e.g., SDVOSB, Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), general small business, large etc.), and person of contact (including telephone number & email address). Indicate and explain your capability of providing this service including maintaining any required certifications and or additional licensing. Provide a summary of the staffing plan, supervision, materials and equipment that will be used and any relevant licensing. Please indicate your company's size under NAICS Code 333244. Vendors will need to fill in a PRICE BREAKDOWN AND CALCULATION OF SELF PERFORMED/SUBCONTRACTED WORK. In addition to a Capability Statement which includes the above information, submissions can include brochures, diagrams, etc. as attachments. All interested vendors should provide a response to Maria Riza Owen @ maria.owen2@va.gov NLT 4:30 p.m. CST May 26, 2022. The VA Heartland Network 15, Contracting Office located at 3450 South 4th Street, Leavenworth, KS, 66048-5055 is seeking a potential qualified contractor to a large format plotter for the Harry S. Truman Medical Center, 800 Hospital Drive, Columbia, Missouri. 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 total set-aside for Service-Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. The North American Classification System (NAICS) code for this acquisition is 333244. The small business size standard is 750 employees. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM located on the web at www.sam.gov). Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. SOW: Large Format Plotter POC: Ryan Brown General Objectives: The Harry S. Truman is currently in need of a new Large Format Plotter. The contractor should provide and install the unit. The current unit the facility has a drip pan to catch the ink that leaks and beyond repair. Purpose: Provide capability to copy, scan and print large format drawings in support of NRM, and Minor construction projects as well as facility maintenance and repair. Scope of Work: Must be FIPS compliant and PIV compatible large format color plotter/scanner Plotter must be PIV card reader capable, plot, copy and scan, meeting all performance requirements as described below: Be capable of printing 15 size A1 pages per minute printing speed with no more than a 30 second first page print have intuitive multifunction workflow copy and scanning capabilities be capable of holding 4 rolls of plotter paper with 100-page top stacker have 4-400 ML ink cartridges with 8 print heads be capable of handling roll widths from 11 to 40 inch. Be capable of handling Roll length up to 650ft Be capable of handling Roll diameter 7 inches on 3 Inch diameter core Be capable of handling up to .4mm media thickness. Be capable of scanning 36 inch at 120dpi resolution Include delivery installation and start up Provide 3-year parts and service warranty *The Authorization requirements do not apply, and that a Security Accreditation Package is not required Location of Work: Harry S. Truman VA Hospital Columbia MO 65201 Period of Performance: Provide 45 days after receipt of order Deliverables Schedule: All hardware should be received and installed within 45 days of receipt of order. Acceptance Criteria: Type of Contract/Payment Schedule: Contract will be firm fixed price and payment will be made within 30 days or receipt and acceptance.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eb979c4c570443af86793dc416647af2/view)
 
Place of Performance
Address: Department of Veterans Affairs Harry S. Truman Medical Center 800 Hospital Drive, Columbia 65201, USA
Zip Code: 65201
Country: USA
 
Record
SN06334376-F 20220522/220521211348 (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.