Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2017 FBO #5675
DOCUMENT

R -- Maintenance of Printers - Attachment

Notice Date
6/5/2017
 
Notice Type
Attachment
 
NAICS
532420 — Office Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA25017Q0687
 
Response Due
6/23/2017
 
Archive Date
8/22/2017
 
Point of Contact
Roman Savino
 
Small Business Set-Aside
Total Small Business
 
Description
SOW Cleveland VAMC for Print shop, Mail and Warehouse Operations Page 1 of 12 DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number VA250-17-Q-0687 is being issued as a Request for Quote (RFQ) and the intent is to award a firm fixed price for maintenance services of printers. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51.   This requirement is available a small business set-aside for commercial items under the North Atlantic Industrial Classification System (NAICS) 532420 (32.5 million). REQUIREMENTS: The Louis Stokes Cleveland VA Medical Center is seeking sources that can provide: perform all services on HV Color and Mono Printers, mail and Warehouse hardware and software such as: installation, de-installation, maintenance, repair and/or replacement, relocations, training and responding and resolving incidents, service requests and changes transportation, service delivery management system(s), equipment, parts, and all required supplies (paper is only exception as this will be provided by the Government) necessary for operation of the HV Color and Mono Printers. The Period of Performance will be from 7-1-2017 through 6-30-2018 PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered for Lowest Price Technically Acceptable (LPTA). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (1) Technical capability. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. (2) Price: Quote for each line item, including but not limited to the requirements listed above. The provision at VAAR 852-211-77, Brand Name or Equal applies. The items called for by this RFQ have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the quote and are determined by the Government to meet fully the salient characteristics requirements listed in the RFQ. WARRANTY AND SERVICE: Indicate terms. DELIVERY AND INSTALLATION: F.O.B. Destination is preferred, please include any freight in the individual item pricing if applicable. The government will arrange for shipping if the estimated cost for handling is over $250. Please include an estimated date of arrival. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small businesses, especially service-disabled veteran owned small businesses and veteran owned are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, and PO Box 149971, Austin, TX 78714-8971. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: 52.204-7 (SAM registration) the successful offeror must be registered with the System Award Management (SAM) to be awarded a contract, you may register easily and quickly on-line at http://www.sam.gov, 52.232-34 (Payment by Electronic Funds), VAAR 852.237-70 (Contractor Responsibility) and 852.2370-4 (Commercial Advertising). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.203-6, 52.219-4, 52.219-8, 52.219-23 alt1, 52.222-21, 52.222-26, 52.222-35, 52.222 36, 52.222-37, 52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. To receive credit as a Service Disabled Veteran Owned Small Business, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetBiz.gov). All questions must be submitted to Roman Savino, Contract Specialist by e-mail only by Tuesday June 20, 2017. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information are due by email no later than 3 p.m. EST Friday June 23, 2017 Technical questions and Quotes must be sent by email to Roman.Savino@va.gov. Statement of Work (SOW) Louis Stokes Cleveland VA Medical Center 10701 East Blvd. Cleveland, Ohio 44106 Background The Cleveland VA s print operations, (heretofore referred to as The Cleveland VA), is housed in the Louis Stokes Cleveland VA Medical Center main complex and is tasked with supporting the printing needs of the entire medical center and other departments within the complex. Even though the Cleveland VA is tasked with supporting all departments, a significant amount of work goes out to external print providers i.e. FedEx Kinko s, supplied by GPO. The Period of Performance from July 1, 2017 through June 30, 2018 Scope The Cleveland VA s hardware consists of digital toner-based devices in both monochrome and full-color varieties. There is also a significant amount of wide format hardware to support posters/etc. as well as two Duplo SD420 Digital duplicators. In addition, there are a variety of finishing and folding devices, both in-line and offline, to support most any binding and finishing needs. There are three Neopost Mail machines and two folders and inserters from Neopost, and an older version of a scanning barcode system. The Hardware and software breakdown is quite mixed, with several different platforms running across the devices. Software is not being utilized to its fullest potential, as well as some of the on-line finishing capabilities of the current hardware. This is not entirely the VA s responsibility as the lack of training and vendor response and follow up are also contributors to these issues. Currently, there are three different vendors managing the Print shop. There are two different local dealers that support and service each of the B/W and Color and a third that resides in Cincinnati that does the billing. The Cleveland VA POC looking to consolidate vendors into one single source vendor, streamline billing and touch points, and provide for single point of Contact. New hardware needs to be vetted and ready for installation to allow for installation and training. Performance Requirements The Contractor shall perform all services on the leased, HV Color and Mono Printers, mail and Warehouse hardware and software such as: installation, de-installation, maintenance, repair and/or replacement, relocations, training and responding and resolving incidents, service requests and changes transportation, service delivery management system(s), equipment, parts, and all required supplies (paper is only exception as this will be provided by the Government) necessary for operation of the HV Color and Mono Printers. TCRU units for the HV Color unit and full training will be required to be on-site for uptime reliability and performance. Full maintenance plans shall include a Flat Rate contract for all proposed hardware in the CRD, Mailroom and Warehouse. Flat Fee service and supply contract in the CRD based on 250,000 color impressions per month and 500,000 black/white impressions per month. Response time is requested within 2 hours of service call logged. Security The Contractor shall be responsible for the removal of current HV Color and Mono Printers hard disk drive(s) upon return or during resolution of an incident, service request or change, as required, throughout the lifecycle of this contract. The Contractor shall surrender HV Color and Mono Printers hard disk drive(s) upon the HV Color and Mono Printers return or during resolution of an incident, service request or change. The surrendered HV Color and Mono Printers hard disk drive(s) shall become the property of the Cleveland VAMC. Government Furnished Property Cleveland VAMC shall provide adequate electricity and network drops to accommodate all the HV Color and Mono Printers, Mail and Warehouse solutions, and should not be electrically shared with other appliances (refrigerators, microwaves, and power strips). Description and Specifications of Required Hardware and Software for the Print Shop, Mail and Warehouse Solutions and Operations COLOR UNIT # 1 Ricoh Pro C7100X or equivalent with addition of a 5th color station and extended paper sizes up to 13 x 27.5 Minimum 80 pages per minute system Minimum paper capacity - 6,900 sheets Vacuum Feed LCIT Minimum 4,400 sheets, 13 x 19.2 paper size; weights up to 300 gsm Vacuum Feed Oversize Sheet Tray 13 x 27.5 paper size, 1,110 capacity Tab sheet holder online Decurl Unit Perfect binder up to 200 sheets for a total of 400 sheets in duplex mode for bound books Transit Pass Unit Cover Interposer Tray for Perfect Binder Glue Supply Cover Interposer Tray Multi folding Unit ½ fold, Gate fold, Z fold, etc. Booklet finisher and face trim saddle stitch up to 20 sheets for 80 page book minimum Punch unit Color Fiery controller including Fiery Color Wise & Spot On 5th Color Station utilizing white, clear & neon yellow colors EFI Impose EFI Compose EFI Spectrophotometer Faci Kit, including keyboard, monitor and mouse Customer replaceable supply components including drum cleaning units, charging roller units, fuser units, transfer belt units, paper feed rollers, fusing cleaning units and smoothing rollers COLOR UNIT # 2 Ricoh Pro C7100X or equivalent with addition of a 5th color station and extended paper sizes up to 13 x 27.5 Minimum 80 pages per minute system Minimum paper capacity = 6,900 sheets Vacuum Feed LCIT Minimum 4,400 sheets, 13 x 19.2 paper size; weights up to 300 gsm Vacuum Feed Oversize Sheet Tray 13 x 27.5 paper size, 1,110 capacity Tab sheet holder online Decurl Unit GBC Stream punch Die set 43H Coil 3,000 sheet finisher staples up to 100 sheets, maximum size is 11 x 17 Multi folding Unit ½ fold, Gate fold, Z fold, etc. Punch unit Color Fiery controller including Fiery Color Wise & Spot On 5th Color Station utilizing white, clear & neon yellow colors EFI Impose EFI Compose EFI Spectrophotometer Faci Kit, including keyboard, monitor and mouse Customer replaceable supply components including drum cleaning units, charging roller units, fuser units, transfer belt units, paper feed rollers, fusing cleaning units and smoothing rollers BLACK/WHITE UNIT # 1 Ricoh Pro 8210S (MFP) or equivalent 111 pages per minute minimum speed Maximum paper supply = 7,700 pages minimum LCIT = 4,400 sheets, 13 x 19.2 paper size Booklet finisher - saddle stitch up to 20 sheets for 80-page book minimum High capacity stacker 5,000 sheets minimum Extra roll away carts 2 total Decurl Unit Multi folding Unit ½ fold, Gate fold, Z fold, etc. Cover interposer tray 2/3 Hole Punch EFI Print Controller MAIL INSERTERS: (3) New DS-90i Folder Inserters or equivalent 10.4" reversible color touch screen and 50 job presets Multi-format Flex Feeders can process document sizes from full sheets to short inserts New, easy to use intelligent user interface. Load'n Go ® performs automated setup based on materials you place in the trays With PowerFold ® DS-90i can tri-fold up to 8 pages together and single-fold up to 10 MAIL MACHINE AND SCALE: (2) New IS-6000 Mail Machines or equivalent with Dynamic Scale, 70lb Weigh Platform, & Expandable Conveyor Stacker 15" color touch screen interface. Engineered for speed, durability, ergonomic perfection, and unmatched throughput. Automatically feeds and seals heavy stacks of assorted size mail and pieces up to.8 thick. Dynamic Scale accelerates processing by weighing and measuring mail on the fly. PACKAGE TRACKING HARDWARE AND SOFTWARE: WTS-P Package Tracking Software or equivalent Tracks your inbound packages and accountable mail from carrier drop off to internal delivery. Monitors the complete chain-of-custody for every inbound item. Expedites internal delivery times and virtually eliminates lost or misplaced items. Simplifies inbound handling to an easy and efficient three-step electronic process. Customize your home screen with the Widgets for the information you would like to see. Includes: 1 - ENTERPRISE SOFTWARE 20 - ADDITIONAL CLIENT LICENSES 25 - HAND HELD DEVICES WITH SOFTWARE 20 - WIRELESS SCANNER 9 - HANDHELD PALMS WITH TRACKING SOFTWARE 25 - MAG STRIP READERS 9 - THERMAL LABEL PRINTER 6 - 4 SLOT CRADLE 1 - 1 SLOT CRADLE 25 HAND HELD HOLSTERS Tracking system will be able to verify all inbound packages, scan the barcode, and count how many packages are being dropped off from the carrier. This is an extra layer of protection to make sure the Carrier is dropping off the correct number of pieces. You will be able to verify, receive and deliver all inbound packages on the Hand Held. Receive on Wireless Barcode Scanner at computer or Hand Held. You will can generate email or text notification. Package status gives ability to send, immediate, schedule or delay notices. Ability to generate multiple types of user reports to track user activity. Search Packages via, received date, recipient, tracking number, status by user or name. Customize your dash board utilizing widgets with specific id tools to help operate system in an efficient manner. Implementation Phase will include pre-installation calls to go over Workflows for set up. Training will be done on-site with local service team with help from Neopost Tracking Specialist. RSA Web-CRD or equivalent Hosting: The Web-to-print system will be hosted on premise on VA s intranet Storefronts: Will support unlimited storefronts at no additional cost per storefront to VA. Catalog Ordering: Will support online catalog ordering and reordering for printed products from inventory, print on demand products, and non-print products. Catalog will support versioned products (personalized at time of order) and variable data products (data source, such as a.csv file, attached to order). Ad-hoc ordering: Will include option to convert native files to PDF at the desktop and when uploaded to the storefront. The desktop conversion must be integrated with the storefront (i.e. when the conversion is complete the user is taken directly to the storefront to complete the order process). The order form will include intuitive symbols for most popular finish options (binding, punching, folding, etc) Will include an interactive document preview for soft proofing, including print and finishing options such as tabs, covers and binding. Will allow users to combine multiple documents in to a single PDF for ordering. Offline ordering: Will include option to submit orders where files delivered to the print center on CD-ROM/DVD, USB drive or hard copy. Pricing/Quantities Will support fixed quantities (i.e. 100, 250, 500), volume pricing discounts and per user pricing. Production Workflow Will have a production dashboard that provides a graphical interface for scheduling and tracking of jobs as they move through the production process. Workflow automation Can submit jobs directly to color and b/w digital presses, including all print and online finishing specifications, in JDF and device specific formats. Approvals Will support an order approval workflow based on cost or content. Reporting Can produce standard and user defined reports in a CSV format. Integration Will include functionality for cXML integration to 3rd party MIS/ERP systems. Authentication Will support LDAP or Active Directory real time authentication Fiery Compose Easy to Use Visual and interactive interface Merge and move pages with drag-and-drop simplicity Preview all jobs exactly as they will print Efficient Save job composition and open it later Export composed PDF to customers to simplify proofing and approval process Handle last-minute edits without leaving Compose Integrated Define media requirements with integrated Paper Catalog database Use the same working space as Fiery ® Impose Define inline finishing settings Flexible Compose jobs right from Fiery Command WorkStation ® Full cross-platform Apple ® Mac ® and Microsoft ® Windows ® support Fiery Impose Intuitive See imposition changes as you make them with the visual, interactive interface. Merge and move pages with drag-and-drop simplicity. Preview all jobs exactly as they will print. Fast Speed production with imposition templates to automate common layouts. Integrate with job-submission automation tools such as Hot Folders, Virtual Printers, and Job Presets. Set up gang up jobs in seconds and avoid tedious manual calculations. Efficient Make changes to imposed files without starting all over again. Handle last-minute edits without leaving the Fiery Impose interface with Adobe Acrobat Pro and Enfocus PitStop Edit. Impose variable data jobs as easily as regular jobs. Preview every imposed record to make sure it s correct before printing. Export imposed PDF to customers to simplify proofing and approval process. Integrated Define media requirements using the same Paper Catalog database in your print engine. Use the same working space for all Fiery JobMaster document editing layout tasks. Apply barcodes to integrate with Duplo finishers. Flexible Impose jobs right from Fiery Command WorkStation no need to switch clients or open a different application. Perform imposition tasks at the Fiery server or remotely on Windows ® or Macintosh ® clients. Fiery Central Fiery Central s automatic load balancing features allows the VA to produce work faster and more cost-effectively by controlling all printers from one place, automatically splitting or routing jobs based on the printers capabilities. It also becomes a flexible platform for all these printers to access the powerful products in the Fiery Workflow Suite, such as Fiery JobFlow for prepress automation, Fiery Impose for document imposition and Fiery Compose for advanced make-ready. Fiery Central provides integration points enabling bi-directional communication with business management systems such as print MIS or Web-to-Print system through the certified, industry-standard JDF technology. Training Contractor shall provide on-site training within (3) business days after installation of all solutions to key operators. Training for installed HV Color Printer and installed software components will be conducted as a train-the-trainer session. These training sessions will be defined as: User training one (3) end user training session for up to two (2) hours for up to six (6) people One week of comprehensive boot camp to review hardware, software, applications and how to incorporate new technology and workflows into the current system. Re-direct and introduce change management concerning print jobs, software, calibrations, and certs. On-going training throughout the first 30, 60, 90 days. Printer use of copying, printing, and scanning One (1) process specific users guide will be provided in MS Word and/or PDF formats for distribution to users Summary Most applications can be improved by reducing touch points and streamlining processes. This will allow the VA to keep more jobs in-house, without burdening their workforce. The requested solution will enable the following: Single source for customer support and billing. Allow the VA to be a true print on demand operation, and more nimble to right size the run lengths of print jobs. This will reduce spoilage/waste, and associated costs. Manufacturer Consistency and compliance Greater improvements in process and systems with current technology and workflow applications. Reduction of operational costs, while increasing shop utilization rates (the ability to print more jobs/pages in a shift/day/week/month). Include Flat fee maintenance plan for all three devices including 250,000 Color and 500,000 B/W per month Easier job submission process for both the end user and the print shop employees. Accountability for management approval and department job costing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25017Q0687/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-17-Q-0687 VA250-17-Q-0687.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3552309&FileName=VA250-17-Q-0687-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3552309&FileName=VA250-17-Q-0687-000.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: Cleveland VA Medical Center;Wade Park Campus;10701 East Blvd;Cleveland, Ohio
Zip Code: 44106
 
Record
SN04532318-W 20170607/170605234716-facc5ff8382a01b86e51e1e82f2fc984 (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.