Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2019 FBO #6273
SOURCES SOUGHT

J -- EES Copier Machine Maintenance and Supplies (VA-19-00027508)

Notice Date
1/24/2019
 
Notice Type
Synopsis
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of Veteran Affairs;PCAC-ST. LOUIS;11152 South Towne Square;Saint Louis MO 63123
 
ZIP Code
63123
 
Solicitation Number
36C77619Q0039
 
Response Due
2/1/2019
 
Archive Date
3/3/2019
 
Point of Contact
Mike.odonnell3@va.gov
 
Small Business Set-Aside
N/A
 
Description
Page 10 of 10 Offeror s Submittal of Interest: Interested and capable firms are requested to provide the following data/information to the attention of the Contract Specialist identified herein. a) Company s name: b) Company s address: c) Company s point of contact name: d) Company s phone, fax, and email address: e) Company s Tax ID Number: f) Company s DUNS number and Cage Code: g) Type of business, e.g. Small Service Disabled Veteran Owned Small Business, Veteran Owned Small Business, SBA Certified 8(a) Firm, SBA Certified HUBZone Firm, Women Owned Small Business, SBA Certified Small Disadvantaged Business, Small Business, or Other than Small Business, relative to NAICS code 811212: h) Federal Supply Schedule number (if applicable): i) Statement of Capability that demonstrates the offeror's capability and past performance in providing and meeting the type of service requirement; to include the data and information stated herein. e-Mail submissions will be acceptable to Contract Specialist Michael O Donnell at mike.odonnell3@va.gov. The purpose of this Sources Sought Notice is for Market Research purposes only and to find interested and capable vendors. Final statement of capability response submissions and this form must be submitted via email no later than 11:00 a.m. CST on February 1, 2019. NO FAX/ FACSIMILE SUBMISSIONS WILL BE ACCEPTED. 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) website, located at www.sam.gov. It is desirable that Offerors complete their business Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses who respond to a solicitation must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. Disclaimer: The purpose of this Sources Sought Notice is to gain knowledge of potential qualified sources and their business size classification, and is issued solely for information and planning purposes only and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. 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. All information received in response to this Sources Sought Notice that is marked as proprietary will be handled accordingly. Responders are solely responsible for all expenses associated with responding to this Sources Sought Notice. The Government is not obligated to nor will it pay for or reimburse respondent parties for any costs associated with responding to this Sources Sought Synopsis Announcement. NOTE: No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Announcement. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, do not request a copy of the Solicitation. After a review of the responses received, a Pre-Solicitation Notice and Solicitation may be published on Federal Business Opportunities (FedBizOpps) website or GSA E-buy. It is the potential Offeror's responsibility to monitor FedBizOpps and GSA E-buy for release of any future solicitations that may result from this Sources Sought Announcement. However, responses to this Sources Sought Announcement will not be considered adequate responses to any resultant solicitation. Comments/Concerns: Please provide the Contract Specialist, under company/firm s letterhead, any comments and/or concerns you may have regarding this Sources Sought Announcement. Michael O Donnell Michael O Donnell, Contract Specialist Department of Veterans Affairs Program Contract Activity Central (PCAC) - St. Louis, MO 314-894-6656 x 65118 Mike.ODonnell3@va.gov TITLE: Employee Education System Copier Machine Maintenance and Supplies 1. Background: The Department of Veterans Affairs has a variety of makes and models of copy/scan/fax equipment that require maintenance and repair service contract in order to maintain the equipment in good working order and to be operationally ready. Please see the itemized equipment table listed in Table 1 to be covered under this contract. The table in the Model Description and Location includes the estimated amounts of copies produced annually per copier. 2. Scope of Work/Services: The contractor shall provide all personnel, material, equipment, supplies, tools, and non-personal services necessary to perform full service preventive maintenance and repair services on twenty-nine (29) Government owned Xerox copiers as defined in this Performance Work Statement (PWS). The contractor shall furnish all repair parts, labor, transportation, and supplies required to accomplish inspecting, cleaning, lubricating, adjusting, calibrating, vacuuming (if required), and repairing of equipment. Contractor shall maintain the twenty-nine (29) Government-owned equipment in the resultant contract at levels necessary to provide the specified functions to meet the manufacturer s current equipment specifications. This is a non-personal services contract to be performed at various Employee Education Resource Centers located in Birmingham, AL, Cleveland, OH, North Little Rock, AR, Long Beach, CA, Orlando, FL, Minneapolis, MN, Northport, NY, St. Louis, MO, Salt Lake City, UT, Arlington, VA and Washington, DC. The contractor shall be required to provide fully qualified and manufacturer trained or certified service, delivery, and management personnel in sufficient numbers to actively and efficiently service and support the equipment in place during the contract period. While in performance of the resultant contract, the contractor shall maintain safety and health standards compliant with requirements of the Occupational Safety and Health Administration (OSHA) and adhere to VAAR 852.237-70 Contractor responsibilities. 3.0. Specific Tasks: Task 3.1 Service Calls: The contractor shall respond to service calls during normal working hours, Monday through Friday between 8:00 a.m. and 4:30 p.m. local time, excluding holidays observed by the Federal Government. The contractor shall provide a toll-free telephone number for service calls which must be answered during at least eight working hours, between 8:00 am and 4:30 pm, Monday through Friday local standard time. The contractor shall respond to verbal service calls and is expected to initiate the repairs within four (4) working hours after notification of malfunction. The response time on a service call starts when the service call is placed to the contractor. The service technician shall report to the service requestor and notify of his/her arrival and verify the problem for which the service call was made. If the service call is not completed, the service technician shall contact the government s designated representative and provide a detailed explanation as to why the equipment was not repaired and provide an estimated time for completion of the required repairs. The contractor shall complete the repairs and satisfactorily resolve the problem by effectively restoring the equipment to normal operating capability within 24 hours of responding. The contractor shall furnish all personnel, materials, supplies including toner and developer, and equipment required to perform work under the contract, to include but not limited to, tools and expendable items with the exception of paper and staples. Deliverable 3.1: Contractor shall email COR with a Service Call Repair Report that describes the copier, location, service and supplies rendered by Contractor. Reference paragraph 10.0 for report requirements. Task 3.1.1 Preventive Maintenance: The contractor shall provide one annual preventive maintenance service call to ensure that all Government-owned equipment is maintained in fully operational condition in coordination with the COR. Contractor shall maintain the equipment in the resultant contract at levels necessary to provide the specified functions to meet the manufacturer s current equipment specifications. Deliverable 3.1.1: Contractor shall email COR with a Preventative Maintenance Report that describes the preventative maintenance service rendered by Contractor. Reference paragraph 10.0 for report requirements. Task 3.1.2 In coordination with the COR on the same day of each month at each location the contractor shall ensure that each copier is furnished with sufficient consumable supplies (i.e. parts, toner, developer, photoconductors, with the exception of paper and staples) to produce a volume of copies equal to the levels necessary to provide the specified functions to meet the manufacturer s current equipment specifications. The inventory and delivery system must be sufficient to service the contract in accordance with the maintenance response times specified in PWS. In order to ensure the availability of consumable supplies, the contractor shall be required to establish and maintain a full stock of all supplies. Deliverable 3.1.2: Contractor shall email COR with a signed checklist that lists the specific scheduled consumables delivered and the date of monthly visit by Contractor. Reference paragraph 10.0 for report requirements. Task 3.1.3: The contractor shall respond to verbal requests for additional consumable supplies under the following conditions: The COR may make verbal emergency requests for consumable supplies. Requests will state the quantity and type of consumable supplies required and the location and serial number of the copier for which the additional consumable supplies are being ordered. The contractor shall deliver additional consumable supplies within a period of twenty-four (24) hours after receipt of verbal order from the COR. Deliverable 3.1.3: Contractor shall email COR with an Unscheduled Consumable Supply Request Report that describes the copier/serial number, location, and the consumable supply rendered by Contractor. Report is due within 4 business days of unscheduled request. Task 3.1.4 Contract Post-Award Meeting: The Contractor shall not commence performance on the tasks in this PWS until the CO has conducted a post-award meeting or has advised the Contractor that the post-award meeting has been waived. Deliverable 3.1.4: Minutes of meeting. 4.0 Deliverable Table: Deliverable Description Quantity Due Date 3.1 Service Call Repair Report 1 Reference paragraph 10.0 for report requirements. 3.1.1 Preventative Maintenance Report 1 Reference paragraph 10.0 for report requirements. 3.1.2 Scheduled Consumables Delivered Report 1 Reference paragraph 10.0 for report requirements. 3.1.3 Unscheduled Consumables Delivered Report 1 Report is due within 4 business days of unscheduled request. 5.0 Period of Performance: The period of performance shall be from the 1st of April 2019 31 March 2020. The government also request one additional one-year option. 6.0 Place of Performance: Birmingham, AL, Cleveland, OH, North Little Rock, AR, Long Beach, CA, Orlando, FL, Minneapolis, MN, Northport, NY, St. Louis, MO, Salt Lake City, UT, Arlington, VA and Washington, DC. While in performance of the resultant contract, the contractor shall maintain safety and health standards compliant with requirements of the Occupational Safety and Health Administration (OSHA). Supplies from the contractor shall be delivered between 8:00 a.m. and 4:30 p.m. local time, Monday through Friday (excluding Federal holidays) directly to the copier location 6.1 Government Owned Equipment: The following table includes the make (all copiers are Xerox brand), model, location, serial numbers, and annual estimated usage per copier as indicated. The Government shall supply paper and staples for all equipment listed. Table 1 Location Room # Model # (All copiers are Xerox brand) Serial # Estimated # of B & W and Color Copies Per Month  Birmingham, AL 35203 = 3 950 22nd Street North Suite 500 Birmingham AL 35203  501  W7855PTG MX4133049 Black & White = 1210 Color = 550 950 22nd Street North Suite 500 Birmingham AL 35203  523  W7855PTG MX4133115 Black & White = 1210 Color = 2640 950 22nd Street North Suite 500 Birmingham AL 35203  523  W7855PTG MX4133113 Black & White = 2420 Color = 3850 Cleveland, OH 44106 = 2 1620 E 105th St., 3rd Floor, Cleveland, OH 44106  3M643  W7855PTG MX4133048 Black & White = 2100 Color = 4300 1620 E 105th St., 3rd Floor, Cleveland, OH 44106  3M643  W7855PTG MX4208656 Black & White = 1300 Color = 1800 Little Rock, AR 72114 = 3 2200 Fort Roots Dr, Bldg.  11 N. Little Rock, AR 72114 113    W7855PTG MX4132861 Black & White = 4100 Color = 4000 2200 Fort Roots Dr, Bldg. 38 N. Little Rock, AR 72114 103 W7855PTG MX4132319 Black & White = 330 Color = 850 2200 Fort Roots Dr, Bldg. 105 N. Little Rock, AR 72114 117A W7855PTG MX4132892 Black & White = 450 Color = 225 Long Beach, CA 90822 = 1 5901 E 7th St. Bldg 165, Long Beach, CA 90822 C216 W7855PTG MX4133098 Black & White = 4200 Color = 3800 Minneapolis, MN 55417 = 1 5445 Minnehaha Ave., South, Bldg 9, Minneapolis, MN 55417 1 W7855PTG MX4132700 Black & White = 2200 Color = 4300 Salt Lake City, UT 85113 = 2 550 Foothill Drive, Suite 100 Salt Lake City, UT 84113  29  W7855PTG MX4133002 Black & White = 1800 Color = 1000 550 Foothill Drive, Suite 100 Salt Lake City, UT 84113  29  W7855PTG MX4133434 Black & White = 1200 Color = 1100 Orlando, FL 32822 = 2 6490 Hazeltine National Dr. Suite 120 Orlando, Fl 32822 13 WC7970 B0W174185 Black & White = 3250 Color = 5200 6490 Hazeltine National Dr. Suite 120 Orlando, FL 32822 13 WC7970 B0W174017 Black & White = 3250 Color = 5200 Orlando, FL 32832=2 13800 VETERANS WAY BLDG 13 ORLANDO, FL 32832 1A106 WC7970 B0W174138 Black & White = 3250 Color = 5200 13800 VETERANS WAY BLDG 13 ORLANDO, FL 32832 1A106 W7855PTG MX4208636 Black & White = 1275 Color = 1670 Washington, DC 20420 = 1  810-Vermont Ave., NW, Washington DC 20420  881E W7855PTG MX4133117 Black & White = 1600 Color = 3100 Arlington, VA 22202 = 4 2011 Crystal Dr, Ste 150 Arlington, VA 22202 105 WC7970 B0W174150 Black & White = 3050 Color = 5200 2011 Crystal Dr, Ste 150 Arlington, VA 22202 150 W7855PTG MX4208605 Black & White = 1890 Color = 2610 2011 Crystal Dr, Ste 150 Arlington, VA 22202 R137 W7855PTG MX4208670 Black & White = 1890 Color = 2610 2011 Crystal Dr, Ste 150 Arlington, VA 22202 130 W7855PTG MX4208848 Black & White = 1890 Color = 2610 St. Louis, MO 63125 = 6 1 Jefferson Barracks Dr., Bldg. 56 St. Louis, MO 63125 3A117  4595CPGC  FBG111639 Black & White = 3500 Color = 0 1 Jefferson Barracks Dr., Bldg. 2 St. Louis, MO 63125 3A117  W7855PTG MX4132697 Black & White = 6200 Color = 5200 1 Jefferson Barracks Dr., Bldg. 2 St. Louis, MO 63125  H202 W7855PTG MX4133058 Black & White = 2500 Color = 2500 1 Jefferson Barracks Dr., Bldg. 102T St. Louis, MO 63125 137 W7855PTG MX4132873 Black & White = 1100 Color = 1800 1 Jefferson Barracks Dr., Bldg. 48 St. Louis, MO 63125  A135 W7855PTG  MX4132338 Black & White = 1800 Color = 2300 1 Jefferson Barracks Dr., Bldg. 2 St. Louis, MO 63125 313 W7855PTG  MX4208548 Black & White = 1400 Color = 2250 St. Louis, MO 63129=2 EES Business Operations Center 4401 D Meramec Bottom Rd St Louis, MO 63129 107  W7855PTG MX4208662 Black & White = 1200 Color =2000 EES Business Operations Center 4401 D Meramec Bottom Rd St Louis, MO 63129 131  WC7970 B0W174196 Black & White = 1400 Color =2250 6.0 Travel: N/A 7.0 Government Recognized Holidays: Unless specifically authorized in writing by the Contracting Officer, no services will be provided and no charges will be incurred and/or billed to any order on this contract on any of the Federal Holidays listed below.                     New Year s Day January 1 Independence Day                                  July 4 Veterans Day                                                      November 11 Christmas Day                                                  December 25 If any of the above falls on a Saturday, then Friday shall be observed as a holiday.   Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday.   The other six holidays are set by a day of the week and month: Martin Luther King's Birthday Third Monday in January Washington's Birthday Third Monday in February Memorial Day Last Monday in May Labor Day First Monday in September Columbus Day Second Monday in October Thanksgiving Fourth Thursday in November 8.0 Type of Contract: The Government anticipates award of a Firm Fixed Price contract. 9.0 Contractor-Furnished Items and Services: The contractor shall furnish a designated point of contact (POC) to the COR for coordination of supplies, delivery, and/or maintenance. The POC will be empowered to make daily decisions to ensure that the contract implementation and day-to-day copier contract oversight meets the terms and conditions of this contract. The contractor shall leave all work areas in a clean and presentable manner. The Government shall not be responsible for either the inventorying or issuance of the contractor-furnished supplies. 10.0 Formal Acceptance or Rejection of Deliverables: The Government will review each deliverable within 4 business days and provide comments. The Contractor shall have 3 business days to incorporate the Government s comments and make appropriate revisions. 10.1. Contractor s Unauthorized Work Performance: The contractor shall not perform work that deviates from contract requirements and specifications. If the contractor deviates from contract requirements and specifications without approval of the COR, such deviations shall be at the risk of the contractor and any cost related thereto, shall be borne by the contractor. 11.0 Security Requirements: A security clearance is not required for contractor personnel performing work during the maintenance service visits and when delivering consumable supplies. The designated contractor personnel will be required to contact POC at each location as identified in Table 1 upon arrival when reporting for service calls or delivering supplies. The contractor shall be responsible for the security of all organizational information. The contractor shall not disclose or cause to disseminate any information concerning operations of Department of Veterans Affairs. Such action(s) could result in violation of the contract and possible legal actions. All inquiries, comments, or complaints arising from any matter observed, experienced, or learned of as a result of or in connection with the performance of the contract, the resolution of which may require the dissemination of official information, shall be directed to the COR. Security/Internal Hard Drive In reference to the Xerox internal hard drives, if they malfunction the technician will pull and give to VA IT staff. The VA IT staff will dispose in accordance with VA regulations. The contractor will not be on station or have access to any VA system or information. Therefore the C&A requirements do not apply and a Security Accreditation Package is not required. The contractor must be escorted when on-site by authorized VA personnel. 12.0. Billing & Invoicing: Invoice Submission: http://www.fsc.va.gov/einvoice.asp Invoice Requirements: The Contractor shall submit an invoice upon the completion of each task to the FSC to initiate the certification and payment process. The Contractor shall also forward a copy of the invoice to both the Program Office and the Contracting Officer for their review and for file.   Contractor shall include the Purchase Order number on all invoices. For inquiries regarding payment, please contact the Vendor Inquiry Line toll free at (877) 353-9791. 12.1 Services performed under this contract will be billed in arrears monthly. 12.2 The contractor shall provide an invoice that will include: Contract Number (PO #) Company Name and Address Invoice Date Invoice Number (Note: Each invoice must have a different Invoice Number). Description of items/services provided as well as referencing the appropriate Contract Line Item Number (CLIN). This way the proper CLIN can be billed for the Invoice. Terms for any discount for prompt payment. Name, title and phone number of company point of contact to notify in case of a defective invoice. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-JAN-2019); 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/VAAAC/VAAAC/36C77619Q0039/listing.html)
 
Record
SN05201914-F 20190126/190124230022 (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.