Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2016 FBO #5466
DOCUMENT

W -- SHIPPING SOLUTION SOURCES SOUGHT - Attachment

Notice Date
11/8/2016
 
Notice Type
Attachment
 
NAICS
532420 — Office Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of Veterans Affairs;Ann Arbor Healthcare System;Network Contracting Office 10;2215 Fuller Road;Ann Arbor MI 48105
 
ZIP Code
48105
 
Solicitation Number
VA25017N0051
 
Response Due
11/14/2016
 
Archive Date
2/21/2017
 
Point of Contact
Thomas Auten
 
E-Mail Address
5-3938<br
 
Small Business Set-Aside
Total Small Business
 
Description
THE DEPARTMENT OF VETERANS AFFAIRS, NETWORK CONTRACTING OFFICE 10, 24 FRANK LLOYD WRIGHT DRIVE, LOBBY M, SUITE 2200, ANN ARBOR, MI 48105, INTENDS TO SOLICIT OFFERS THE MAINTENANCE OF THE EVOQUA PURIFICATION SYSTEM WITH ALL LABOR, MATERIALS, EQUIPMENT, SUPERVISION, AND ALL NECESSARY RESOURCES TO MAINTAIN A MAILING SYSTEM IN ACCORDANCE TO THE STATEMENT OF WORK (SOW) AT THE VA ANN ARBOR HEALTHCARE SYSTEM (VAAAHS), 2215 FULLER RD, ANN ARBOR, MI 48105. CONTRACTORS THAT CAN PROVIDE THIS REQUIREMENT AND MEETS THE REQUIREMENTS BELOW ARE REQUESTED TO SEND THEIR 1. COMPANY NAME, 2. DUNS NUMBER, 3. BUSINESS SIZE UNDER NAICS 532420, AND 4. IF THE ITEM(S) ARE AVAILABLE ON A FSS CONTRACT OR NOT AND THE FSS CONTRACT NUMBER IF IT IS AVAILABLE ON CONTRACT, 5. NOTIFICATION IF THEY ARE A VETBIZ REGISTERED VOSB/SDVOSB OR NOT. THIS SOURCES SOUGHT WILL CLOSE ON 11/14/2016 AT 3PM EDST. PLEASE E-MAIL ALL RESPONSES TO THOMAS.AUTEN@VA.GOV. DISCLAIMER THIS RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. ALL INFORMATION RECEIVED IN RESPONSE TO THIS RFI THAT IS MARKED AS PROPRIETARY WILL BE HANDLED ACCORDINGLY. IN ACCORDANCE WITH FAR 15.201(E), RESPONSES TO THIS NOTICE ARE NOT OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. RESPONDERS ARE SOLELY RESPONSIBLE FOR ALL EXPENSES ASSOCIATED WITH RESPONDING TO THIS RFI B.3 STATEMENT OF WORK FOR MAILING SYSTEM BACKGROUND The Department of Veterans Affairs Ann Arbor Healthcare System (VAAAHS) has a requirement for mail processing equipment and supported warranty services for the main campus, Toledo Community Based Outpatient Clinic (TCBOC). SCOPE The VAAAHS has a requirement for a lease of one (1) digital mailing system and one (1) mail tracking solution that is inclusive of maintenance & repair services for the leased equipment for the base period of one (1) year with four (4) additional one (1) year option periods. The TCBOC has a requirement for a lease of one (1) digital mailing system that is inclusive of maintenance & repair services for the leased equipment for the base period of one (1) year with four (4) additional one (1) year option periods. All option periods shall be exercised at the government s discretion. The facilities and equipment to be covered under this contract to include: Facility Address Equipment Requirement Veterans Affairs, Ann Arbor, Michigan Healthcare System 2215 Fuller Road Ann Arbor, MI 48105-2303 (1) Digital Mailing System (1) Mail Tracking Solution a. (1) client workstation license b. (3) hosted workstation licenses c. (2) handhelds per hosted workstation total (6) Toledo Community Based Outpatient Clinic (TCBOC) 1200 South Detroit Avenue, Toledo, OH 43612 (1) Digital Mailing System MINIMUM EQUIPMENT/TECHNICAL REQUIREMENTS VAAAHS Digital Mailing System: The Contractor shall provide equipment and related software for one (1) digital mailing system at the VAAAHS. The minimum requirements for the mail processing equipment and related software are as follows: - Contractor shall provide a master postage account to service equipment that allows for postage refills online via 3G LAN phone line connection 24/7 and automatic rate change updates; - Contractor shall provide equipment that processes at least 270 letters per minute, Shape Base Compliant In-line weighing/rating scale 145 letters per minute (minimum), mixed mail feeder, Roll Label Dispenser, integrated full size keyboard, conveyor stacker exit, custom high quality table to hold/place equipment, high resolution monitor that corresponds proportionately to the function of machine size and barcode scanner; - Contractor shall provide equipment that tracks postage, delivery confirmation and cost for up to 100 departments to include web based reporting module with and export in excel format; - Contractor shall provide equipment that automatically processes mail up to.75 thick; - Contractor shall provide equipment that includes multiple programmable presets to automate frequent jobs, minimum of two (2) standard slogans and custom personalized text messages, low postage and low ink warning email alerts; - Contractor shall provide equipment that is able to handle all types of mail to include domestic and international rates, priority mail, and electronic certified return receipt, registered and return receipt with the option for United States Postal Service (USPS) Electronic Confirmation Services. VA currently scans the records into the application. The equipment is required to have the ability to create and print IMpb compliant labels to allow the VA to take advantage of Commercial Based pricing discounts offered by the USPS on Priority and express mail. - Contractor shall provide equipment that has the capability to meet the minimum current 70 pound scale, Structured Query Language (SQL) database, generate reports in excel format, capability to print reports with adjustable page breaks for departmental billing; Contractor shall provide equipment and software as required. VAAAHS Mail Tracking Solution: The Contractor shall provide equipment and related software for one (1) mail tracking system. This system shall be on the Veterans Affairs server and workstations licenses located in the Mailroom and two (2) Shipping Dock areas of the VAAAHS. The Government s requirements of the equipment and related software include as follows: - Contractor shall provide equipment that scans an inbound shipping tracking solution with network server capabilities to be hosted in a Veterans Affairs server, to be deployed to VA internet connection. - Contractor shall provide equipment that requires end users signature to be captured on hand held devices and delivery information will be synchronized for centralized reporting of all inbound mail and packages; - Contractor shall provide a master postage account to service equipment that allows for postage refills online via 3G LAN phone line connection 24/7 and automatic rate change updates; - Contractor shall provide equipment that includes multiple programmable presets to automate frequent jobs, minimum of two standard slogans and custom personalized text messages, low postage and low ink warning email alerts; The solution shall be able to read all types of barcodes including but not limited to USPS, UPS and FedEx. The solution shall have the ability to create a barcode if there is not one included on the package or if the content of a package has to be separated by the VAAAHS. - Contractor shall provide equipment that includes package tracking for up to 1000 packages/items per day; - Contractor shall provide equipment that includes one (1) client workstation license, a total of (3) workstations licenses, Two (2) wireless handheld scanners per workstation for quick count validation for carrier deliveries, multiple label formats, e-mail alerts for packages received, custom reports, walk routes for delivery for a total six (6) handheld tracking scanners, ten (10) custom fields, and master label for multiple packages; - Contractor shall provide a minimum of a with electronic signature capture capabilities for facility deliveries that is two (2) per workstations; Contractor shall provide equipment and software located outside of the VA system but is accessed by VA internet connection. The vendor system shall meet all VA information security guidelines as required. The data from the VA on the hosted server cannot comingle with other commercial accounts. VA requires HTTPS connection of the hosted URL. The Veterans Affairs shall host all data on Veterans Affairs owned servers. TCBOC Digital Mailing System: The Contractor shall provide equipment and related software for one (1) digital mailing system at the TCBOC. The minimum requirements for the mail processing equipment and related software are as follows: - Contractor shall provide a master postage account to service equipment; - Contractor shall provide equipment that tracks postage, delivery confirmation and cost for up to 100 departments to include web based reporting module with export in excel format; - Contractor shall provide equipment that processes at least 65 letters per minute, semi-automatic feeder, integrated full size keyboard, conveyor stacker exit, custom high quality table to hold/place equipment, monitor that corresponds proportionately to the function of machine size, and barcode scanner; - Contractor shall provide a master postage account to service equipment that allows for postage refills online via 3G LAN phone line connection 24/7 and automatic rate change updates; - Contractor shall provide equipment that automatically processes mail up to.375 thick; - Contractor shall provide equipment that includes multiple programmable presets to automate frequent jobs, minimum of two standard slogans and custom personalized text messages, low postage and low ink warning email alerts; - Contractor shall provide equipment that is able to handle all types of mail to include domestic and international rates, priority mail, and certified return receipt, registered and return receipt with the option for United States Postal Service (USPS) Electronic Confirmation Services. VA currently scans the records into the application; - Contractor shall provide equipment that has the outbound capability 30 pound scale, Structured Query Language (SQL) database, generate reports in excel format, capability to print reports with adjustable page breaks for departmental billing; -Contractor shall provide equipment and software as required. ADDITIONAL REQUIREMENTS Training: Contractor shall provide on-site training for use of the leased equipment. Training shall consist of at a minimum of two (2) two (2)-hour training sessions to be completed on site and scheduled with the Contracting Officer Representative (COR). Additionally, a minimum of one (1) session shall be provided for administrator/supervisors on-site and scheduled with VA personnel. Delivery & Installation: - Contractor shall ship and install all equipment leased under this requirement at no additional charge to the government. Contractor shall ensure the equipment is operational and fully functional prior to the commencement of lease payments. The VAAAHS will remove all existing mail room equipment. The Contractor shall coordinate delivery and installation with the COR to ensure the least amount of mail room operation downtime. Maintenance Requirements: - The Contractor shall perform maintenance procedures during the contract year as arranged with the COR. Maintenance procedures shall be in accordance with the published maintenance manuals for equipment leased. A Field Service Report shall be supplied to the COR at the completion of each maintenance procedure. - The Contractor shall initial its completion on the service report at each maintenance visit. At the completion of the service, the Contractor shall present a service report indicating the service(s) performed and the parts that were used. All service tickets shall be delivered to the COR - Maintenance procedures shall include the following: a. Cleaning of equipment (not housekeeping) b. Completing field service updates for operational and reliability engineering change notices c. Calibrating and lubricating the equipment d. Performing remedial maintenance of non-emergent nature e. Testing and replacing faulty and worn parts f. Inspecting/replacing electrical wiring and cables for ware and fraying g. Inspecting all mechanical components, including, but not limited to, cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches and motors for mechanical integrity, safety and performance to manufacturer s specifications h. Returning the equipment to operating condition defined in Manufacturer specifications i. Replacing any labels, decals or warning tags that are not legible j. Providing documentation of services performed - Contractor shall notify the COR of the existence or development of any defects in or repairs to the equipment covered under this contract, which the Contractor considers he/she is not responsible for under the terms of the contract (such as operator misuse). Emergency Repair Service: - In the event of machine/software failure, the Contractor s Field Service Engineer shall respond with a phone call to the COR within two (2) hours after receipt of notification in an effort to correct the problem by phone. If the problem cannot be corrected by phone, the Field Service Engineer shall commence work (on-site physical response) within 24-hours after receipt of notification and shall proceed progressively to completion without undue delay. - Emergency Repair Service shall consist of maintaining the equipment in accordance with the Original Equipment Manufacturers (OEM) standards. Repair service shall consist of replacing parts, calibration, cleaning, oiling, adjusting and maintaining the equipment, except those services necessitated by accident, fire or abuse. Parts: The Contractor shall furnish all parts necessary to maintain the equipment, covered by this contract, in accordance with OEM standards. The Contractor stipulates that he/she has ready access to new standard parts (manufactured, supplied by the manufacturer or equal thereto). All parts supplied shall be of current manufacture and have full compatibility with existing equipment. Documentation of intended parts source(s) shall be provided to the Contracting Officer (CO) upon request. Reports: The Contractor shall report to the COR to check in during normal working hours. This check-in is mandatory. When the service is completed, the Contractor shall document services rendered on a legible field service report. The Contractor shall check out with the COR and submit the field service report to the COR for signature, during normal working hours, or leave the service ticket in the box on the Program Specialists door after hours. NOTE: Work outside the scope of this contract is not to be completed unless the contractor receives a separate purchase order from a Contracting Officer to start the service. RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: 1. Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. 2. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. 3. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. 4. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. 5. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. 6. The Government Agency owns the rights to all data/records produced as part of this contract. 7. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. 8. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of competition [draft, final, etc.]. 9. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. 10. Contractor is required to obtain the Contracting Officer s approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Privacy Training Requirements The contractor may be required to complete annual privacy training by reading and signing the Privacy Training TMS 20939. The contractor shall provide to the contracting officer and/or the COR a copy of the training certificates and certification of signing the Privacy Training TMS 20939 for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. Failure to complete the mandatory annual training and sign the Privacy Training annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. BPA Performance Monitors: The COR will monitor the contractors performance by reviewing field service reports for timely preventive maintenance visits and verify work is performed in accordance with the contract terms and conditions. COR will also monitor field service reports for emergency repair response times and ensure OEM parts are being utilized. Hours of Work: - Hours of work for maintenance and emergency repairs are defined as Monday through Friday from 8am to 5pm, excluding Federal holidays or as otherwise arranged with the Contracting Officer s Representative (COR) or his/her designee. - The 10 holidays observed by the Federal Government are: New Year s Day, Martin Luther King Day, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day. Also, any other day declared by the President of the United States to be a national holiday. 52.219-14 LIMITATIONS ON SUBCONTRACTING (NOV 2011) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Applicability. This clause applies only to (1) Contracts that have been set aside or reserved for small business concerns or 8(a) concerns; (2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) concerns; and (3) Orders set aside for small business or 8(a) concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/VA25017N0051/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-17-N-0051 VA250-17-N-0051.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3098120&FileName=VA250-17-N-0051-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3098120&FileName=VA250-17-N-0051-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA ANN ARBOR HEALTHCARE SYSTEM;2215 FULLER ROAD;ANN ARBOR, MI
Zip Code: 48105
 
Record
SN04323355-W 20161110/161108234743-8396599b1f983e456314f3e7a9ca7361 (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.