J074--Attn: AS2B - Copier/Multifunction Printer Maintenance (VA-24-00060389)
ID: 36C10X24Q0395Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFSAC FREDERICK (36C10X)FREDERICK, MD, 21703, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- OFFICE MACHINES/TEXT PROCESSING SYS/VISIBLE RECORD EQUIPMENT (J074)
Timeline
    Description

    The Department of Veterans Affairs (VA) is soliciting quotes for the maintenance of multifunction copiers and printers under solicitation number 36C10X24Q0395. The procurement aims to secure full-service maintenance for Ricoh printer models, including parts, labor, toner, and consumables, with a firm-fixed-price contract anticipated to span an initial twelve-month period from September 30, 2024, to September 29, 2025, along with two optional one-year extensions. This contract is crucial for ensuring operational readiness and service efficiency within the VA's Law Enforcement Training Center, emphasizing compliance with federal regulations and safeguarding sensitive information. Interested vendors must submit their quotations, including required documentation, by the specified deadlines, and can direct inquiries to Tereshia Burford at tereshia.burford@va.gov or by phone at 202-436-2671.

    Point(s) of Contact
    Carey M. Kauzlarich, Carey.Kauzlarich@va.govTereshia Burford, tereshia.burford@va.gov
    (202) 436-2671
    Tereshia.Burford@va.gov
    Files
    Title
    Posted
    The document outlines a Combined Synopsis/Solicitation Notice from the Department of Veterans Affairs (VA) regarding maintenance services for copiers and multifunction printers, identified by the solicitation number 36C10X24Q0395. Issued from the Strategic Acquisition Center - Frederick, the solicitation calls for quotes and details a tiered evaluation process prioritizing Service-Disabled Veteran-Owned Small Businesses (SDVOSB), followed by Veteran-Owned Small Businesses (VOSB) and other small and large businesses. Interested vendors must submit quotations in response to specific attachments detailing the performance work statement, price cost schedule, and quality assurance plans. The contract will be structured as a Firm-Fixed Price with an initial twelve-month performance period starting September 30, 2024, and may extend through two additional option years. The document reflects standard practices and regulations under the Federal Acquisition Regulation (FAR) and the Veterans Affairs Acquisition Regulations (VAAR), highlighting the government's commitment to involving veteran-owned businesses in federal procurement.
    The Department of Veterans Affairs is soliciting quotes for the maintenance of Copier/Multifunction Printers under solicitation number 36C10X24Q0395. The contract will be evaluated in a tiered manner, prioritizing Service-Disabled Veteran-Owned Small Businesses (SDVOSB), followed by Veteran-Owned Small Businesses (VOSB), Small Businesses, and finally Large Businesses. The estimated period of performance is from September 30, 2024, to September 29, 2025, with options for two additional one-year extensions. Quotes must include specific attachments as outlined in the Performance Work Statement (PWS), Quality Assurance Surveillance Plan (QASP), and Price Cost Schedule. The contract type is Firm-Fixed Price, with evaluation based primarily on price. It is imperative for interested businesses to be registered in the System for Award Management (SAM) and meet corresponding size standards under NAICS code 811210. All submissions must adhere to the provided instructions, including email subject specifications and compliance with FAR and VAAR clauses. This solicitation reflects the VA’s commitment to supporting veteran-owned businesses while fulfilling its operational needs.
    The Department of Veterans Affairs (VA) Law Enforcement Training Center (LETC) is seeking a contractor for full-service maintenance of its multifunction copier and printer equipment located in North Little Rock, Arkansas. This includes provisions for parts, labor, toner, and consumable supplies under a firm-fixed-price contract for a one-year period, with two optional extension years. The contractor will service multiple Ricoh printer models, ensure quarterly maintenance following manufacturer's guidelines, and respond to service calls within four hours during business hours. The contract stipulates that the contractor will not have access to VA computers or patient information, must adhere to privacy laws, and all data produced under this contract will remain government property. This RFP emphasizes the VA-LETC’s requirement for quality maintenance services while aligning with federal regulations to safeguard sensitive information.
    The document outlines FAQs related to a government Request for Proposals (RFP). It confirms that the previous work was handled by Four Points Technology, LLC under a specified contract. The government will not extend proposal due dates unless there are reasonable requests accompanied by relevant circumstances. It is unlikely that Service Contract Labor Standards (SCLS) apply to this contract; however, contractors must inform the Contracting Officer if they intend to quote SCLS positions, mentioning the local area of service. The Contracting Officer will provide the necessary wage determinations for the contract. Additionally, responses to questions will be posted within one day following the close of the Q&A period. This document is part of the formal processes surrounding federal and local government contracting, outlining the expectations and responsibilities of bidders.
    The document outlines a price/cost schedule for a federal maintenance contract focused on Ricoh multifunction printers. It details service requirements, including full-service maintenance, repair parts, and consumables for various models over multiple contract periods. Three base contract items are specified for the years 2024-2025, with options extending through 2027, covering one color printer (model MPC4504) and two black and white printers (models MP6503 and MP3055MPG). Each item requires monthly service for a specified duration, illustrating a structured approach to ongoing printer maintenance within government operations. The contract is integral to ensuring operational readiness, service efficiency, and compliance with the provided performance work statement (PWS). The document emphasizes the importance of budgetary planning and detailed timelines for service delivery, which are typical in government Requests for Proposals (RFPs) and grants, enabling accountability and transparency in federal spending.
    The Quality Assurance Surveillance Plan (QASP) serves to systematically assess contractor performance for a specified government contract. Its key components include the monitoring criteria, methodologies, responsible personnel, and documentation approaches. The plan outlines the roles of the Contracting Officer (CO) and Contracting Officer’s Representative (COR) in ensuring compliance and fair treatment in contractual relationships. Performance standards, as laid out in the Performance Work Statement (PWS), define the quality expectations against which contractor performance is measured, primarily through inspections and direct observation. The QASP includes a Performance Requirements Summary Matrix that specifies acceptable quality levels for various tasks, such as emergency repairs and the supply of consumable resources, which typically require 95% or higher satisfaction to be deemed acceptable. Ratings for performance outcomes highlight acceptable and unacceptable categories, ensuring accountability. The document emphasizes the need for periodic review and adaptability, with attention to maintaining clear communications and documentation regarding both acceptable and unacceptable performance throughout the contract's life cycle. Ultimately, the QASP ensures that government contracts meet established performance expectations while safeguarding governmental interests and promoting quality control.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J074--HWW RICOH Copier Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide maintenance services for 21 Ricoh Multi-Function Devices (MFDs) at the Hershel "Woody" Williams VA Medical Center in Huntington, West Virginia. The contract requires comprehensive maintenance, including labor, parts, toner, and necessary supplies (excluding paper), with a minimum monthly output of 91,753 black and white copies and 52,897 color copies. This procurement is crucial for ensuring operational efficiency and compliance within the VA facilities, with the contract set to run from October 1, 2024, to September 30, 2025. Interested parties should contact Contracting Officer Cassie White via email at cassie.white@va.gov for further details.
    J065--Arxium Pharmacy Optifill Preventative Maintenance Base + 1
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source contract to ARxIUM, Inc. for preventative maintenance and technical support services for ARxIUM equipment at the VA Pacific Island Health Care System. The contract will provide 24/7 technical support and maintenance, with a total estimated value of up to $250,873.88 for a base year and one optional year, covering the period from October 1, 2024, to September 30, 2025. This procurement is justified under U.S.C. 253(c)(1) as ARxIUM's services are deemed to best meet the Government's needs, and interested vendors must demonstrate their authorization to perform these services by responding by September 23, 2024, at 1:00 PM Pacific Standard Time. For further inquiries, interested parties may contact Contract Specialist Durell Salaz at durell.salaz@va.gov or by phone at 209-304-5880.
    Cordless BCMA Firmware Scanners
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 15, is seeking quotes for the procurement of Cordless BCMA Firmware Scanners intended for VISN 15. This requirement falls under the NAICS Code 334118, which pertains to Computer Terminal and Other Computer Peripheral Equipment Manufacturing, and is designated as a Firm-Fixed Price, FOB Destination contract, fully set aside for small businesses. The procurement is critical for enhancing the efficiency of healthcare services provided to veterans, ensuring accurate medication administration through advanced scanning technology. Interested vendors should monitor the posting for the Request for Quotes (RFQ), which is expected to be released on or about September 17, 2024, with quotes due by September 23, 2024, at 11:00 AM CST. For inquiries, contact Cory Rosene at cory.rosene@va.gov or Teresa Cabanting at teresa.cabanting@va.gov.
    6525--TIMS 2000 SP MCP
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to solicit quotes for the TIMS 2000 SP Mobile Cart Package, with the Request for Quote (RFQ) 36C24624Q1438 expected to be issued around September 17, 2024. This procurement aims to secure a firm-fixed price contract for a period of 12 months, focusing on the acquisition of essential medical imaging equipment under the NAICS code 334510, which pertains to Electromedical and Electrotherapeutic Apparatus Manufacturing. Interested contractors must be registered in the System for Award Management (SAM) to qualify for the award, and all relevant documents, including any amendments, will be available for download from the Contract Opportunities website. For inquiries, potential bidders can contact the contracting officer, Tiara White, at Tiara.White@va.gov or by phone at 757-315-3941.
    Multi-Functional Devices (MFD)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Navy's Fleet Logistics Center Norfolk, is seeking qualified vendors to provide leasing services for Multi-Functional Devices (MFDs) and single-function printers, which are essential for operational support within the Navy/Marine Corps. The procurement aims to secure NMCI-certified and JWICS-certified equipment, along with comprehensive technical support and maintenance across various locations in the Hampton Roads area, ensuring compliance with Department of Defense standards and security protocols. This contract, which spans from January 2025 to June 2030, emphasizes the importance of maintaining optimal operational readiness and includes a requirement for all contractor personnel to hold active SECRET security clearances. Interested parties must submit their quotes by 1300 EST on August 28, 2024, and can direct inquiries to Nadia Misa at nadia.misa.civ@us.navy.mil or Samantha Miller at samantha.a.miller77.civ@us.navy.mil.
    6520--Carestream RVG 6200 Digital X-Ray Sensors OR EQUAL ITEM
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of Carestream RVG 6200 Digital Intraoral X-Ray Sensors, with a focus on service-disabled veteran-owned small businesses (SDVOSB). The solicitation outlines specific technical requirements for the sensors, including resolution, size limits, and hygienic features, to enhance healthcare services provided to veterans. The estimated project value ranges between $25,000 and $100,000, with quotes due by September 20, 2024. Interested bidders should direct inquiries to Contract Specialist Scott A Reed at scott.reed2@va.gov and ensure compliance with federal procurement regulations, including the Buy American Act.
    Sources Sought for Lease & Maintenance of one (1) Graphic Color Copier
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Research Laboratory, is seeking sources for the lease and maintenance of one graphic color copier at Aberdeen Proving Ground, Maryland. The procurement aims to secure a high-performance copier with capabilities such as dual copying and scanning, high-speed output, and advanced features like duplex printing and network integration, all while ensuring compliance with Department of Defense security standards. This initiative is critical for supporting the Army's operational needs, emphasizing efficiency and technological integration. Interested vendors must respond to the Sources Sought notice by September 20, 2024, and can direct inquiries to William Nuamah at william.nuamah.civ@army.mil or by phone at 520-672-9609.
    J065--Pyxis Medication & Supply Dispenser Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to CareFusion Solutions, LLC for the maintenance of Pyxis Medication & Supply Dispenser systems at the James A. Haley Veterans Hospital in Tampa, Florida. This contract will encompass a one-year service agreement requiring factory-trained engineers to perform preventive maintenance, certification, and repair, as CareFusion is the exclusive authorized service provider for Pyxis equipment. The maintenance of these systems is critical for ensuring the efficient and safe dispensing of medications in a healthcare setting. Interested parties, particularly service-disabled veteran-owned and other small businesses, must demonstrate their qualifications and submit required documentation by September 23, 2024, at 3:00 PM EST to the Contract Officer, Walida Moore-Saintil, at Walida.MooreSaintil@va.gov. The NAICS code for this procurement is 811210, with a size standard of $34 million.
    DE01--Copy of Cisco Enterprise Infrastructure & Advanced Engineering Support Agreement (CEIAESA) (VA-25-00000385)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide a Cisco Enterprise Infrastructure & Advanced Engineering Support Agreement (CEIAESA) under Solicitation Number 36C10B24R0053. The procurement aims to secure a Firm-Fixed Price Delivery Order valued at approximately $37 million, focusing on project management, infrastructure support, and technical services to enhance the VA's technology capabilities. This initiative is critical for modernizing the VA's IT infrastructure while ensuring compliance with federal regulations and the protection of sensitive data. Interested vendors must submit their proposals by September 23, 2024, at 8:00 AM Eastern Time, and can direct inquiries to Contracting Officer Matthew Newell at Matthew.newell@va.gov or by phone at 848-377-5170.
    Up to 60-Months Lease of 6 Multi-Functional Devices (MFDs) for OCONUS - Kosovo
    Active
    Dept Of Defense
    The US Department of Defense, Defense Logistics Agency (DLA) is seeking quotes for a 60-month lease of six Multifunctional Devices (MFDs) for use in Kosovo, an essential requirement for efficient document management and workflow in remote operations. The agency requires a comprehensive solution covering installation, training, maintenance, and network support services, outlining these specifics in RFQ SP700024Q1059 and its attachments. Angeline Graff and Carl Devitz are the primary and secondary points of contact, respectively, for this opportunity, which is funded up to the value of $750,000. Vendors must submit their quotes through the designated Department of Defense portal by the deadline for receipt of quotes on 27 September 2023 at 1:00 PM EST.