Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2023 SAM #7803
SOURCES SOUGHT

75 -- Paper cutting for standard printing materials

Notice Date
4/7/2023 8:50:36 AM
 
Notice Type
Sources Sought
 
NAICS
323111 — Commercial Printing (except Screen and Books)
 
Contracting Office
ATTN: MS S84 - OCS SPRINGFIELD VA 22150-7500 USA
 
ZIP Code
22150-7500
 
Solicitation Number
PC_2023
 
Response Due
4/21/2023 9:00:00 AM
 
Point of Contact
Janet Richards, Phone: 5715585845, Erika S Hessler, Phone: 5715549950
 
E-Mail Address
Janet.D.Richards@nga.mil, erika.s.hessler@nga.mil
(Janet.D.Richards@nga.mil, erika.s.hessler@nga.mil)
 
Description
Description THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, NGA is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. The purpose of this RFI is to determine those who can satisfy the requirements for two (2) high speed, programmable paper cutter machines. NGA is interested in paper cutters for standard printed material (business cards, document reproduction, handouts, name tags, photo prints, etc.) produced by the NGA Copy Centers, that can meet all the requirements. NGA is interested in industry�s feedback on the sought-out capabilities. 1. Requirement/Specifications 1.1. Programmable Paper Cutter NGA seeks two (2) paper cutter machines, one located in St. Louis, MO, and one located in Springfield, VA.� The cutters should have a warranty and service coverage for a minimum of two (2) years. The minimum specifications for each cutter are: Programable with a touchscreen panel, with a memory of a minimum of 100 cuts and 500 jobs. Can handle a heavy-duty Copy Center environment that will be reliable in daily use and has a long lifespan. Can cut through large stacks of paper, specifically with a minimum of 26.8 inches wide and finish stacks up to 4 inches in height.� 2. Requested Information 2.1. Administrative Interested parties are directed to include the following as a minimum: company name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, company website, and e-mail of designated point(s) of contact. Business Type: Based upon the North American Industry Classification System (NAICS) code 323111, Commercial Printing (except Screen and Books), applicable to this acquisition, the responder is to provide answers to the following questions: Are you a Small Business? (FAR 19.102) If you are a Small Business, which type: Small Disadvantaged small business? (FAR 19.304) Service Disabled small business? (FAR 19.14) 8(a) Small Disadvantaged small business? (FAR 19.8) HUBZone small business? (FAR 19.13) Woman-Owned Small Business? (FAR 19.15) Involved in a mentor and/or prot�g� program? (DFARS 219.71) Recommendation for another NAICS Code? Provide rationale for any NAICS Code applicable to the planned acquisition. Commercial and Government Entity (CAGE) Code: Do you hold a Government-Wide Acquisition Contract (e.g., GSA Federal Supply Schedule (FSS) contract) applicable to the NAICS code(s) identified above? If yes, provide the contract number(s): 3. Responses Interested parties shall respond to this RFI with a white paper and include the following: Short description of the company�s capabilities. Response for fulfilling the requirements in Section 1 above. Response to Section 2 above. Provide relevant details on the responder providing the same requirements (e.g., information regarding the contract number, agency name, program name, dollar value, size of the effort). Written responses shall not include proprietary information (excluding price information). �Any responses that are marked proprietary will not be considered. To aid in the Government review, all responses shall be in Microsoft Word or compatible format and shall not exceed 8 pages. Font type shall be set at Times Roman 12 point. The first page of the submission must state the RFI title and provide the requested information from Section 2.1 above. Responses should be submitted to Erika Hessler (Erika.S.Hessler@nga.mil) and Janet Richards (Janet.D.Richards@nga.mil) �prior to 12:00pm EDT on 21 April 2023. Responses submitted should not exceed 25 Megabytes (MB). 4. Summary This RFI is only intended for the Government to identify sources that can provide the needed services and determine the best way forward. The information provided in this RFI is subject to change and is not binding to the Government. The Government has not made a commitment to procure any of the RFI requirements discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/de49e4717de64b45a7a772627034d37a/view)
 
Place of Performance
Address: Springfield, VA 22150, USA
Zip Code: 22150
Country: USA
 
Record
SN06644880-F 20230409/230407230106 (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 |
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.