SOURCES SOUGHT
74 -- Mailroom Equipment (NWI) FY20
- Notice Date
- 12/27/2018
- Notice Type
- Synopsis
- NAICS
- 532420
— Office Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of Veterans Affairs;NETWORK 23 CONTRACTING OFFICE;Contracting Officer;4801 Veterans Drive;St. Cloud MN 56303
- ZIP Code
- 56303
- Solicitation Number
- 36C26319Q0225
- Response Due
- 1/4/2019
- Archive Date
- 2/3/2019
- Point of Contact
- Melanie Stockman
- Small Business Set-Aside
- N/A
- Description
- This is a REQUEST FOR INFORMATION (RFI) only. Market research is being conducted to determine the amount of qualified and capable businesses that can provide the items requested below. If you believe your firm is able to provide the items requested below, you are encouraged to respond by the due date with all of the required information indicated below in order to be considered. Due date for responses is close of business (4:30PM local time/CST) on Friday, January 4, 2019. Email responses to Melanie Stockman at melanie.stockman@va.gov. All questions must be submitted in writing to the Contracting Officer in writing via email. Telephone inquiries will NOT be accepted/returned. When submitting a response to this RFI, offerors must include the following: Indicate socio-economic status Include picture of offered items and support literature, brochure etc Indicate any existing Government contract where item(s) may be purchased (i.e. FSS/GSA contract etc) Must be able to provide installation 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. NAICS: 532420 Size Standard: $32.5 million Specifications and Requirements Mail Meters and Peripherals For Department of Veterans Affairs Nebraska/Western Iowa Healthcare System MAILING SYSTEMS This requirement is to lease, beginning 10/01/2019 through September 30, 2020, with four (4) pre-priced option years a new Mailing System equipment and associated Service contract, including all required hardware, software, maintenance and services necessary to manage mail operations for the NWI Healthcare System that meet all USPS, Federal and VA mail processing requirements. 1A. The NWI Healthcare System consists of the main VA Medical Center located in Omaha, Nebraska and Community Based Outpatient Clinics (CBOC s) located throughout the state of Nebraska and Western Iowa. 1B. The following are locations of all equipment requirements: Omaha VAMC, 4101 Woolworth Street, Omaha, Nebraska 68105 Lincoln CBOC, 600 South 70th Street, Lincoln, Nebraska 68510 Grand Island CBOC, 2201 North Broadwell Avenue, Grand Island, Nebraska 68803 Background 2.1 General Operations The Omaha VAMC facility s Mail Room section is responsible for processing all incoming and outgoing letters, parcels, and packages (Mail Room operations do not include Freight ). 3. Technical Specifications -The Contractor shall provide: 3.1 One (1) high-volume mailing system capable of handling the mail current and projected mail volume requirements for the Omaha VAMC: Equipment must be from USPS-approved manufacturer via authorized distribution channels (http://www.usps.com/postagesolutions/post_mtr.htm) Must be fully compliant with all USPS rules and regulations All rate changes/software upgrades must be included in the lease Meter must be Shape Based compliant All maintenance and parts for repairs will be included in the lease Postage must be loaded electronically via Postage by Phone or a similar web based setup. Rate changes and software upgrades must be accessible on the same site Must provide up to 20 inscriptions Weigh in motion and differential weighing (Shape Based) Remote Label Dispenser Machineable Flats & Letters Sealing system with jet spray sealing and no brushes 70lb. (or higher) rated parcel scale Conveyor/stacker Must process 140 pieces per minute in weighing mode and 300 pieces per minute in non weighing mode 15 Color touch screen interface for operational control Full QWERTY keyboard with 10-key for system interaction USPS approved Information Based Indicia (IBI) system Ability to track mail Minimum lifecycle rating of 7,500,000 cycles (annual volume x years of contract/service agreement). Must print 30-45 gummed tapes per minute, self-adhesive not permitted, with operator position-able label dispenser Meter tapes must permanently adhere to all types of material including Tyvek Must be capable of calculating postage for all classes of mail to include overseas Meter must have an accounting system capable of keeping track of 25 separate accounts and must have a 30 day accounting period via date range Must have a conveyor stacker to keep envelopes and flats sorted 3.2 One (1) high volume inserting system capable of handling the mail current and projected mail volume requirements for the Omaha VAMC (ONLY) with: Equipment must be from USPS-approved manufacturer via authorized distribution channels (http://www.usps.com/postagesolutions/post_mtr.htm) Multiple feed stations preferably 4 sheet feeders and 2 insert feeders Monthly volume of 62,500 Cycle speed/hour of 4,000 Nestling capabilities At least 20 programmable settings Capable of folding Capable of sealing Ability to handle 300 #10 envelopes High capacity sheet/insert feeders at least 300 sheets 3.3 One (1) high volume mailing system capable of handling the mail current and projected mail volume requirements for the Lincoln CBOC with: Equipment must be from USPS-approved manufacturer via authorized distribution channels (http://www.usps.com/postagesolutions/post_mtr.htm) Must be fully compliant with all USPS rules and regulations All rate changes/software upgrades must be included in the lease Meter must be Shape Based compliant All maintenance and parts for repairs will be included in the lease Postage must be loaded electronically via Postage by Phone or a similar web based setup. Rate changes and software upgrades must be accessible on the same site Must provide up to 20 inscriptions Weigh in motion and differential weighing (Shape Based) Remote Label Dispenser Machineable Flats & Letters Sealing system with jet spray sealing and no brushes 70lb. (or higher) rated parcel scale Conveyor/stacker Must process 140 pieces per minute in weighing mode and 300 pieces per minute in non weighing mode 15 Color touch screen interface for operational control Full QWERTY keyboard with 10-key for system interaction USPS approved Information Based Indicia (IBI) system Ability to track mail Minimum lifecycle rating of 7,500,000 cycles (annual volume x years of contract/service agreement). Must print 30-45 gummed tapes per minute, self-adhesive not permitted, with operator position-able label dispenser Meter tapes must permanently adhere to all types of material including Tyvek Must be capable of calculating postage for all classes of mail to include overseas Meter must have an accounting system capable of keeping track of 25 separate accounts and must have a 30 day accounting period via date range Must have a conveyor stacker to keep envelopes and flats sorted 3.4 One (l) high volume mailing system capable of handling the mail current and projected mail volume requirements for the Grand Island CBOC with: Equipment must be from USPS-approved manufacturer via authorized distribution channels (http://www.usps.com/postagesolutions/post_mtr.htm) Must be fully compliant with all USPS rules and regulations All rate changes/software upgrades must be included in the lease Meter must be Shape Based compliant All maintenance and parts for repairs will be included in the lease Postage must be loaded electronically via Postage by Phone or a similar web based setup. Rate changes and software upgrades must be accessible on the same site Must provide up to 20 inscriptions Weigh in motion and differential weighing (Shape Based) Remote Label Dispenser Machineable Flats & Letters Sealing system with jet spray sealing and no brushes 70lb. (or higher) rated parcel scale Conveyor/stacker Must process 140 pieces per minute in weighing mode and 300 pieces per minute in non weighing mode 15 Color touch screen interface for operational control Full QWERTY keyboard with 10-key for system interaction USPS approved Information Based Indicia (IBI) system Ability to track mail Minimum lifecycle rating of 7,500,000 cycles (annual volume x years of contract/service agreement). Must print 30-45 gummed tapes per minute, self-adhesive not permitted, with operator position-able label dispenser Meter tapes must permanently adhere to all types of material including Tyvek Must be capable of calculating postage for all classes of mail to include overseas Meter must have an accounting system capable of keeping track of 25 separate accounts and must have a 30 day accounting period via date range Must have a conveyor stacker to keep envelopes and flats sorted 3.5 Installation, Training, and On-going Support/Maintenance Vendors must provide complete installation, configuration, setup, and testing of all equipment and software, including integration with and configuration for data streams and document types processed at the NWI Healthcare facilities Any additional moves of equipment, after initial installation, will be provided by the vendor Initial training and any ongoing training determined to be necessary by the contracting officer on the equipment will be provided by the vendor Vendor will provide secure website and/or live operator dispatch/ordering where service calls may be placed and supplies ordered 3.6 Other Requirements Replacement of equipment will be compatible in all aspects: Form Fit Function Catch tray on one and Conveyer Stacker on the other mailing machine. Ultra high capacity ink tank providing up to 100,000 imprints (or higher) supporting cost savings on ink. 4.0 Information Protection Requirements The contractor and their personnel shall be subject to the same Federal laws, regulations, standards and VA policies as VA personnel, regarding information and information system security. These include, but are not limited to Federal Information Security Management Act (FISMA), Appendix III of OMB Circular A-130, and guidance and standards, available from the Department of Commerce's National Institute of Standards and Technology (NIST). This also includes the use of common security configurations available from NIST's Web site at: http://checklists.nist.gov. To ensure that appropriate security controls are in place, contractors must follow the procedures set forth in "VA Information and Information System Security/Privacy Requirements for IT Contracts" located at the following Web site: http://www.iprm.oit.va.gov. These provisions shall apply to all contracts in which VA sensitive information is stored, generated, transmitted, or exchanged by VA, a contractor, subcontractor or a third-party, or on behalf of any of these entities regardless of format or whether it resides on a VA system or contractor/subcontractor's electronic information system(s) operating for or on the VA's behalf. Clauses a) and b) shall apply to current and future contracts and acquisition vehicles including, but not limited to, job orders, task orders, letter contracts, purchase orders, and modifications. Contracts do not include grants and cooperative agreements covered by 31 U.S.C. §6301 et seq. Hard Drives and other data storage devices remain the property of NWI Healthcare System at the end of the contract, and may not be removed from VA premises for any reason (including warranty work). Contractor supplied service personnel shall be required to pass a background and fingerprints check. 5.0 NWI Healthcare System (Omaha VAMC & CBOC s) facility provided items: Unless otherwise indicated, the facility will be responsible for providing: OI&T Network connections (from network closet to WLAN/Internet) Security software for servers (Anti-Virus, Firewall, etc.) Ongoing support of OS and all VA- provided software Engineering Appropriate electrical connections with power filters Network connections (cable from closet to equipment) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-DEC-2018); 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/SCVAMC656/SCVAMC656/36C26319Q0225/listing.html)
- Record
- SN05182755-F 20181229/181227230007 (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 |