Tennessee Bids > Bid Detail

7490--36C249-22-AP-3720 - CC Mail Solutions Inserter Lease & Support

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 74 - Office Machines
Opps ID: NBD00159413054774390
Posted Date: Nov 8, 2022
Due Date: Nov 22, 2022
Solicitation No: 36C24923Q0036
Source: https://sam.gov/opp/819eedc35e...
Follow
7490--36C249-22-AP-3720 - CC Mail Solutions Inserter Lease & Support
Active
Contract Opportunity
Notice ID
36C24923Q0036
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
249-NETWORK CONTRACT OFFICE 9 (36C249)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 08, 2022 08:33 am CST
  • Original Response Date: Nov 22, 2022 04:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 7490 - MISCELLANEOUS OFFICE MACHINES
  • NAICS Code:
    • 532420 - Office Machinery and Equipment Rental and Leasing
  • Place of Performance:
    Alvin C. York VAMC Community Care Center Murfreesboro , TN 37129
    USA
Description
Page 4 of 4
This Sources Sought Notice (SSN) is being issued on behalf of the Tennessee Valley Healthcare Service, as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for a firm-fixed-priced contract for Lease of Inserter for bulk mail and support of the equipment. The result of this market research will contribute to determining the method of procurement. This Sources Sought will utilize North American Industry Classification System (NAICS) code 532420 Office Machinery and Equipment Rental and Leasing with a size standard of $35M, using PSC 7490, Miscellaneous Office Machines.

THIS IS NOT A SOLICITATION. This request for capability information does not constitute a request for bids, proposals, or quotes; submission of any information in response to this request for information is purely voluntary; and the government assumes no financial responsibility for any costs incurred.

The Department of Veterans Affairs, Network Contracting Office 9 (NCO 9) is pursuing a BRAND NAME OR EQUAL acquisition strategy and seeking potential sources for products detailed below to be provided to the Alvin C. York VA Medical Center at 3400 Lebanon Pike, Murfreesboro, TN 37129. All items shall be new; refurbished/used items are not acceptable.

This Brand Name or Equal requirement includes:

INSERTER (LEASE), AND SOFTWARE:
(1) Ricoh 75i Inserter or equivalent with 3 Station Expert: 2 Auto Fdrs + 1 HCDF, CIS Scanner.
Fold and insert up to 3,800 envelopes per hour
CIS scanning with coding including optical mark, optical character, and 1D and 2D data matrix barcodes
(1) Office Closed Loop Mail Piece Verification, confirming every piece of mail in the job which has been processed accurately, providing complete piece-level integrity
(1) 15 AMP Power Conditioning line filter. 4 standard outlets,
ONSITE SUPPORT/TRAINING ASSISTANCE up to 14 days
Five years of maintenance
Five years of support services
Five years of meter rentals

PRODUCTION PRINT ENGINE
Black and White print engine (MFP)
96 PPM
Monthly impressions up to 1,000,000
Duty cycle 4,000,000
Total paper online of 8,300 pages
Finisher with stapling up to 65 sheets, with additional stacking of 3,000 sheet of paper, 4 staple positions
Postscript printing
HD surrender
20820D RIC Amp Surge Protector
Five years of service, maintenance, and supplies
PRINT AND VCCS WORKFLOW SOFTWARE
VA TRM certified software.
508 compliant, with available VPAT.
Must support the in-scope B/W production printer
5 years of service and support
6 month support contract, includes up to 35 hours per month for 6 months with 1 on-site visit per month.
Must integrate with System inserter
Produces production control barcodes on every page of every mail piece, to automate inserting by System
Must support VMWare. Must Run on Windows 64-Bit physical Server, or logical VMWare Server partition for Windows.
Accepts PDF files as input, and is capable of indexing the address fields in different locations for different types of jobs, along with PCL5, TNO, PS, XML
Supports USPS CASS certified address cleansing, including the NCOA database. Proposal must include keeping CASS and NCOA current.
Provides a USPS PAVE certified sort and prepares all USPS artifacts (cage/pallet and tray tags, Postage Statement 3600-FCM/3602 Qualification Report, and mail.dat file) for USPS delivery.
Prints pages in PAVE-sorted order to minimize postage.
Postal savings with grouping, batch printing, sorting and merging
Allows changes in real-time without IT involvement
Supports integrity barcodes: OMR, BCR, 2D
Multi-lingual document management
Delivers the mail.dat file directly, and electronically, to the USPS PostalOne! system.
Delivers a list of any problem addresses to the VA, for each print job, including return codes to enable address correction.
Produces USPS Full Services Intelligent Mail® barcodes on every mail piece
Creating a unique tracking ID for every mail piece
Allowing for USPS Secure Destruct to be requested, by job type
Exports information for every completed job, including page and piece counts, and identifies a file that contains any problem address information associated with that print job. Â
Must be usable via secure browser-based interface
Supports separate userid logins, one per person
Allows dynamic changes to columns included in job-views
Remembers preferences for screen layout, by userid, so that each user can have their own view of the system
Supports separately defined roles, including Printer Operator, Supervisor, and System Administrator. Â
 Associates each login with one and only one role, which defines what that user is allowed to do.
Records all user actions in job logs for accountability and chain-of-custody.
Allows print files to be viewed on the spool, prior to paper production.
Supports searches for pages by text fields
5 years of maintenance, support, and updates

See the Statement of Work (SOW) for further details.

5. If your organization has the potential capacity to provide the Brand Name products or the capable to provide supplies that can be determined EQUIVALENT to the products listed above. Please provide details on proposed EQUIVALENT products such as manufacturer name, part number, and complete description.

6. Requirement: please provide ALL of the following information in response:
Organization name, SAM Unique ID number, DUN number, SEWP, FSS, or GSA contract number (if applicable), address, point of contact, email address, web site address, and telephone number.

Business size: small, small disadvantaged, woman-owned, Hub Zone, serviced-disabled veteran-owned small business (SDVOSB), veteran owned small business (VOSB), large business, etc.

Under which NAICS code does your company usually provide the requirements described in the Statement of Work (SOW) - Please provide rationale for your answer if different from NAICS 532420.

Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational capability.

Response to this SSN shall not exceed 10 pages and should include all the previously mentioned information. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe Portable Document Format (PDF).

The government will evaluate market information to ascertain potential market capacity to:

Provide supplies/services consistent in scope and scale with those described in this notice and otherwise anticipated. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements.

Implement a successful plan that includes compliance with program schedules; cost containment; meeting and tracking performance.

Provide supplies/services under a firm-fixed-price contract.

NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry https://www.vip.vetbiz.va.gov/

Based on the responses to this SSN/market research, this requirement may be set-aside for SDVOSBs, VOSBs, small businesses, or procured through full and open competition.

Submission Instructions: Interested parties who consider themselves qualified to provide products and perform services are invited to submit a response to this SSN by 4:00 pm Central, November 18, 2022. All responses under this SSN must be emailed to ramona.bonness@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Your submission will be acknowledged, however this is not a request for proposals. A RFQ will be posted to the appropriate GWAC and category determined by response to the SSI.

SAM: Interested parties shall be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.204-7. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. VOSB and SDVOSB parties must also be registered in the VetBiz Portal (VIP) (Home  · VetBiz Portal (va.gov))for Verification.

Disclaimer and Important Notes. This notice does not obligate the government to award a contract or otherwise pay for the information provided in response to this SSN. The government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the government to determine the organization s qualifications to meet the requirement. Respondents are advised that the government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in BetaSAM. However, responses to this notice shall not be considered adequate responses to a solicitation.

Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD
  • MURFREESBORO , TN 37129
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 08, 2022 08:33 am CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >