SOLICITATION NOTICE
36 -- EPSON P20000 64-INCH PRINTER - "" BRAND NAME OR EQUAL TO EPSON"" IAW SALIENT FEATURES AS SPECIFIED IN SOW WASHINGTON DC VA MEDICAL CENTER
- Notice Date
- 6/13/2022 2:44:43 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333244
— Printing Machinery and Equipment Manufacturing
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24522Q0670
- Response Due
- 6/17/2022 12:00:00 PM
- Archive Date
- 08/16/2022
- Point of Contact
- Mohsin Abbas, Contract Specialist, Phone: 202-745-8000
- E-Mail Address
-
Mohsin.Abbas2@va.gov
(Mohsin.Abbas2@va.gov)
- Awardee
- null
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24522Q0670 Posted Date: Monday, June 13, 2022 Response Date: Friday, June 17, 2022 Product or Service Code: 3610 Set Aside: N/A Full & Open NAICS Code: 333244, Printing Machinery & Equipment Manufacturing Contracting Office Address The Department of Veterans Affairs Network Contracting Office 5 50 Irving Street NW Washington, DC 20422 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. The Government reserves the right to make no award from this solicitation. This solicitation is a request for quotations (RFQ). The government anticipates awarding a firm-fixed price purchase order resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 333244, printing Machinery & Equipment Manufacturing, with a small business size standard of 750 employees. Set-Aside: N/A. This solicitation is Full & Open. SDVOSB s Offerors must be verified in the Vendor Information Pages (VIP), https://www.vip.vetbiz.va.gov/, at the time of receipt of quotes and at the time of award. The Department of Veterans Affairs, Network Contracting Office 5, Washington DC VA Medical Center, 50 Irving Street NW is soliciting quotations from all to provide Brand Name or Equal to EPSON - EPSON P20000 64-Inch Printer at the VISN 05 facility listed below. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information along with any other documents necessary to support the requirements below. All interested companies shall provide quotation(s) for the following: (See Attachment 1). STATEMENT OF WORK EPSON P20000 PRODUCTION EDITION 64 INCH PRINTER WASHINGTON DC VA MEDICAL CENTER SCOPE OF WORK: The DC Medical Center Medical Media Production Service needed to replace the current 60-inch printer which is past the replacement date and is no longer supported by the manufacturer. Products produced by this printer support medical research, clinical and patient education and signage needs of the medical center. EQUIPMENT: Epson P20000 64-inch printer. AREAS TO BE SERVICED: Medical Media Production Service Washington DC VAMC 50 Irving Street NW Washington, DC 20422 TASK FREQUENCY AND INSTRUCTIONS: This will be a single visit, be it a single day or multiple days, at the facility for a period sufficient to complete the work set forth in the scope of work. This visit is to be scheduled in advance with the DC VAMC s Biomedical Engineering and OIT departments. Contractor shall check in with Biomedical Engineering prior to visiting the worksite. Service report shall be provided within 5 business days of work completion. Contractor shall submit all removable media to be used on a VA system to Biomedical Engineering for scanning with anti-virus software prior to use on the system. In the case of equipment turn-in, exchange, repair or replacement hard drives used by the VA shall be removed from the equipment and remain in possession of VA this includes loaned or rented equipment. SPECIAL WORK REQUIREMENTS: SALIENT FEATURES: Photo and Matte Black each have dedicated nozzles for instant switching between the two. Must have minimum 650ml cartridge of ink for handling professional workloads. Must have cut sheet feeder, roll media feeder, and post board input slot allow for a wide range and variety of media and paper types to be used. Must be able to print border free printing at 10"", 13"", 16"", 17"", 20"", 24"", 29"", 36"", 44"", 50"", 54"", and 60"" widths. Must have top-loading cut sheet media feeder for 8.5 x 11"" media 13 x 19, and supports sheets up to 64 x 80"" in size Must have straight-through post board media feeder supports single sheets from 17-64"" in width and up to 59 mil thick. Must support 16-bit input and work with Windows and macOS/OS X computers. Must have minimum internal 320GB print server to help manage print data from multiple locations and features security, including IPsec and IEEE802.1x protocols. Must have ONYX RIPcenter software. Must be less than 96 inch in width. PROPERTY DAMAGE: The contractor shall take all necessary precautions to prevent damage to any government property. The contractor shall report any damages immediately and shall be assesupportsed current replacement costs for property damaged by the contractor, unless corrective action is taken. Any damaged material (i.e., trees, shrubs, lawn/turf, curbs, gutters, sidewalks, etc.) will be replaced in a timely manner or corrected by the contractor with like materials, at no extra cost to the government, upon approval of the Contracting Officer. ATTACHMENTS: None. IDENTIFICATION, PARKING, SMOKING, CELLULAR PHONE USE AND VA REGULATIONS: The contractor's employees shall wear visible identification at all times while on the premises of the VA property. It is the responsibility of the contractor to park in the appropriate desig nated park ing areas. Information on parking is available from the VA Police-Security Service. The VA will not invalidate or make reimbursement for parking viola tions of the con tractor under any con ditions. Smoking is prohibited inside any buildings at the VA. Cellular phones and two-way radios are not to be used within six feet of any medical equipment. Posses sion of weapons is prohibited. Enclosed containers, including tool kits, shall be sub ject to search. Violations of VA regulations may result in a citation answer able in the United States (Federal) Dis trict Court, not a local district state, or municipal court. COMPLIANCE WITH OSHA BLOODBORNE PATHOGENS STANDARD: The contractor shall comply with the Federal OSHA Bloodborne Pathogens Standard. The contractor shall: A. Have methods by which all employees are educated as to risks associated with bloodborne pathogens. B. Have policies and procedures which reduce the risk of employee exposure to bloodborne pathogens. C. Have mechanisms for employee counseling and treatment following exposure to bloodborne pathogens. D. Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, mouthpieces for the employee during performance of the contract. Place of Performance: VISN 05 Medical Center. Washington DC VA Medical Center 50 Irving Street NW Washington DC, 20422 Hours of Operation: The Washington DC VAMC requires the contractor to deliver within 60 days from the contract award to the VA medical facility warehouse above during normal business hours from 8:00AM to 3:30PM. (EST), Monday through Friday. Government Responsibilities: No Government Furnished Property (GFP) will be provided. The Government will provide access to areas and an escort when required by participating Medical Center policy. The Government will provide applicable VA Polices, Handbooks, Guides, Regulations and Medical Center Memorandums The Government will unilaterally award Task Orders to fund the required services for each facility. The Contract Specialist for this contract will be: Mohsin Abbas 202-745-8000 X54945 Mohsin.Abbas2@va.gov. The Government Point of Contact for this Requirements will be: VPOC: Andrew White Phone: 202-745-8136 Email: Andrew.White@va.gov. The VAPOC for this Task Orders will be: Medical Center Name Telephone Email Washington VAMC Andrew White 202-745-8136 Andrew.White@va.gov Attachment 1: Price Quote Contract Line-Item Number (CLIN) Table Attachment 2: Statement of Work Attachment 3: Gray Market Prevention Language Attachment 4: Solicitation Clauses and Provisions E. Price Schedule: The contractor must provide a price quote for each CLIN delineated in Attachment 1 to be considered for award. Must provide the authorized distributor letter if you are not the manufacturer. See Attachment 1: Price Quote Contract Line-Item Number (CLIN) Table F. Evaluation of Quotes: The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. 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. IAW SOW as specified in special work requirement (Salient Features) and Price, when combined, Salient features are more important than price. Specific quote requirements are detailed in attached FAR 52.212-1 Instructions to Offerors Commercial Items . Following receipt of quotes, the Government will perform an evaluation using a comparative evaluation of the services quoted in accordance with FAR 13.106-2(b)(3). The Government will compare quotes to one another to select the quote that best benefits the Government by fulfilling the requirement. Contractors may submit more than one quote; however, contractors are strongly encouraged to submit their best technical solutions and prices in response to this request for quote. Once the Government determines there is/are a contractor(s) that can provide a product that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited service to address any remaining issues. G. Clauses and Provisions: The clauses and provisions for this solicitation are found in Attachment 4: Solicitation Clauses and Provisions. The Clauses and Provisions provide additional information regarding the requirements for quote submission and evaluation. See Attachment 4: Solicitation Clauses and Provisions The full text of FAR and VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html and http://www.va.gov/oal/library/vaar/index.asp. This is an open-market combined synopsis/solicitation for supplies as defined herein. The government intends to award firm fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Orders will then be placed against this contract. All quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Offeror shall list exception(s) and rationale for the exception(s). All quotations shall be sent via email to Mohsin Abbas, Contract Specialist, Mohsin.Abbas2 @va.gov . Submission shall be received no later than 3:00PM EST on June 17, 2022. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only e-mailed quotes will be accepted. It is the responsibility of the vendor to ensure the Government s timely receipt of their quote. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Mohsin Abbas, Mohsin.Abbas2@va.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/738f3f43941e4719a60d12b3e9b97ae3/view)
- Place of Performance
- Address: Washington DC VA Medical Center 50 Irving Street NW Washington DC 20422 20422, USA
- Zip Code: 20422
- Country: USA
- Zip Code: 20422
- Record
- SN06356166-F 20220615/220613230104 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |