Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 03, 2013 FBO #4362
DOCUMENT

D -- Lexmark Multifunction Device Maintenance - Attachment

Notice Date
11/1/2013
 
Notice Type
Attachment
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VISN 7 Network Contracting Activity;501 Greene Street;Hatcher Building - Suite 2;Augusta GA 30901
 
ZIP Code
30901
 
Solicitation Number
VA24714R0105
 
Response Due
11/12/2013
 
Archive Date
2/10/2014
 
Point of Contact
Tanjia Harris
 
E-Mail Address
3-0188
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SMALL BUSINESS SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS, PROPOSAL ABSTRACTS, QUOTATIONS OR INVITATION FOR BIDS The Department of Veterans Affairs is conducting a MARKET SURVEY to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are Service-Disabled Veteran-Owned, Veteran-Owned, Small Business, HUB Zone 8(a), Women-Owned, or small disadvantaged business concerns; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Small business concerns should be capable of furnishing all labor, supervision, and vehicles to support the specifications. The NAICS code is 811212 - Computer and Office Machine Repair and Maintenance DESCRIPTION OF THE REQUIREMENT: PERFORMANCE BASED STATEMENT OF WORK Lexmark Printer Maintenance Services Charlie Norwood Veterans Administration Medical Center (AUGUSTA VAMC) located at the downtown division 950 15th St, Augusta, GA 30904, and the uptown division, One Freedom Way, Augusta, GA 30904. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform. The contractor will provide maintenance for quantity of (107) Lexmark Printers with two (2) different Models which have MFP capability and faxes (X364DN and X656DE). Lexmark Printer Maintenance Services will be part of a Performance Work Statement except for those items specified as Government furnished property and services. The contract period is for a base year with four (4) one year option renewals. Service is to begin on or about December 1, 2013. Total Maintenance Management. Offeror will provide all labor, parts, toner cartridges, drum units, developers, staples, maintenance kits and all materials necessary to maintain in good operating condition all products covered by this agreement. Regular proactive preventive maintenance visits will be schedule in a rotating basis to cover the equipment under this contract. At the time of repair, vendor may install engineering improvements and modifications. Replacement parts will be new or their equivalent; replaced parts will become the property of vendor. Service will be performed from Monday through Friday except government holidays. This contract excludes: paper, labels and transparencies. A list of Government Furnished Equipment (GFE) will be provided to offeror will be based on acquisition and deposal of copiers, printers, scanners and fax machines within the organization therefore quantity of equipment being serviced can change. Offeror will be an authorized manufacturer "Warranty Service" provider for all equipment listed on GFE. Security Requirements: Contractor personnel performing work under this contract must have An Unclassified Sensitive Information Background Investigation level of security at time of the proposal submission, and must maintain the level of security required for the life of the contract. The security requirements are in accordance with DD254. The proposed on-site personnel must be capable of obtaining a Charlie Norwood VAMC issued Building Pass that authorizes 24 hour access and escort privileges. All proposed personnel must have U.S. citizenship and must have completed and passed a "National Agency Security Check" before assignment to contract as a technician or support personnel. If an individual was not born in the U.S., the offeror shall provide a written, signed statement that indicates that the individual is a citizen of the U.S. Special Qualifications: The contractor is responsible for ensuring all employees comply with all applicable Government security regulations and procedures contained in Army Regulation 25-2, "Information Assurance." possess and maintain current Information Assurance Technician (IAT) Level I professional certification during the execution of this contract." Monthly Reports: As part of the quality assurance program, vendor will provide monthly and quarterly reports to CHARLIE NORWOOD VAMC COR. These reports will be customized to meet CHARLIE NORWOOD VAMC's requirements. Monthly reports can contain information about device meter reads, service calls, supplies usage, including: total number of calls, type of equipment served, and completion time. In addition, device analysis for continued asset consolidation will be available. Contractor will provide Monthly and Quarterly to the COR. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: 1) Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e., small/large) and DUNS Number. 3) Provide a Statement of Capability that demonstrates the offeror's past performance in providing this type of service. Please include the following: (a) staff expertise including their availability, industry experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and large project planning capability; and (e) examples of prior completed Government contracts and references (preferably VA), and other related information. 4) Submit Capability Statements by 3:00 pm Eastern Time Zone, Monday, November 12, 2013 to: Department of Veterans Affairs, VA Southeast Network - VISN 7 ATTN: Tanjia Harris, Augusta, GA 30901. Responses should be received no later than 3:00 PM EST. Submissions must be made via email to: Tanjia.Harris3@va.gov. PLEASE NOTE THAT THE CONTRACT SPECIALIST CAN NOT VIEW VENDORS THAT ADD THEMSELVES TO THE INTERESTED VENDOR LIST ON FBO.GOV. YOU MUST EMAIL TANJIA HARRIS, CONTRACT SPECIALIST DIRECTLY TO: Tanjia.Harris3@va.gov NO CAPABILITY STATEMENTS MAY BE SUBMITTED AFTER NOVEMBER 12, 2013. AT THIS TIME NO SOLICITATION EXISTS. (DO NOT REQUEST A COPY OF THE SOLICITATION). A FUTURE NOTICE WILL BE POSTED IF, OR WHEN, A SOLICITATION WILL BE RELEASED. 5) Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. 6) No Proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AuVAMC/VAMCCO80220/VA24714R0105/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-14-R-0105 VA247-14-R-0105_SRC.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1073417&FileName=VA247-14-R-0105-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1073417&FileName=VA247-14-R-0105-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03226655-W 20131103/131101233952-8a8badf1b589eed8cbe8e64ebebb2f9e (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.