Tennessee Bids > Bid Detail

W074--Brand Name or Equal Request for Information- Multi-Function Devices Contract- Base plus 4 year Lease

Agency:
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159991749337550
Posted Date: Nov 28, 2023
Due Date: Dec 18, 2023
Source: https://sam.gov/opp/a1ffb7aec3...
Follow
W074--Brand Name or Equal Request for Information- Multi-Function Devices Contract- Base plus 4 year Lease
Active
Contract Opportunity
Notice ID
36C24924Q0082
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 28, 2023 01:05 pm CST
  • Original Response Date: Dec 18, 2023 11:00 am CST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: W074 - LEASE OR RENTAL OF EQUIPMENT- OFFICE MACHINES, TEXT PROCESSING SYSTEMS, AND VISIBLE RECORD EQUIPMENT
  • NAICS Code:
    • 532420 - Office Machinery and Equipment Rental and Leasing
  • Place of Performance:
    Mountain Home Tennessee and surrounding locations. See delivery Schedule and SOW for potential Multiple Locations , TN
    USA
Description
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 Multi-function Device (MFD) office equipment lease. This contract will be for a base year with four option year periods lease agreement beginning in April 2024 and ending March 2029. 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 size standard of $40.0M, using PSC W074, Lease or Rental of Equipment- 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. A RFQ will be issued at a later date!

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 several locations in the region. All items shall be new; refurbished/used items are not acceptable.

Brand name OR EQUAL requirement includes:
CLIN 1: Lexmark MX632adwe with Printer Stand, 50 PPM Standalone Mono MFD (QTY 129)
CLIN 2: Lexmark MX826ade with Inline stapler, 65 PPM Standalone Mono MFD w/ 3-Hole Punch & Staple Finisher (QTY 13)
CLIN 3: Lexmark CX860dtfe Finisher Option, 60 PPM Standalone Color MFD w/ 3-Hole Punch & Staple Finisher (QTY 3)
CLIN 4: Lexmark CX943adtse with Finisher, 55 PPM Standalone Color MFD with 2/3-Hole Punch & Staple Finisher (QTY 4)
CLIN 5: Lexmark CX944adxse with Finisher, 60 PPM Standalone Color MFD with Booklet 2/3-Hole Punch & Staple Finisher (QTY 1)

(All quantities are approximate and based off the delivery schedule MFD s document-this may change and additional locations added prior to RFQ issuance)
See Attachment 1: Salient characteristics for equal requirements.
See Attachment 2: Delivery Schedule for delivery requirements for each CLIN.
POTENTIAL CONTRACTORS please provide ALL the following information with your response to this RFI:

Organization name, 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).

IF applicable provide your SEWP, GSA, or FSS Contract number! If you have an existing contract schedule which lists these items or their equivalent please ensure you include that information on your response!

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 the Veteran Small Business Certification at https://veterans.certify.sba.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 11:00 am, Central, December 18, 2023. 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.

SAM: Interested parties shall be registered 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.

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 or other appropriate GWAC. 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 28, 2023 01:05 pm 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 >