Perfect Binding Machine
ID: 2025-R-005Type: Solicitation
Overview

Buyer

SENATE, THETHE UNITED STATES SENATE SERGEANT AT ARMSSENATE SERGEANT AT ARMSWashington, DC, 20510, USA

NAICS

Commercial and Service Industry Machinery ManufacturingT (33331)

PSC

PRINTING, DUPLICATING, AND BOOKBINDING EQUIPMENT (3610)
Timeline
    Description

    The United States Senate, Office of the Sergeant at Arms (SAA), is seeking quotations for a Perfect Binding Machine under Request for Quotation (RFQ) 2025-R-005. The procurement aims to acquire a machine that meets specific performance, maintenance, and vendor qualification requirements, including binding capabilities and automation features, to enhance the Senate's operational capacity. This equipment is crucial for efficient document production and binding processes within the Senate, ensuring compliance with robust operational standards. Interested vendors must submit their quotations, including a signed pricing table and compliance documentation, via email to Acquisitions@saa.senate.gov by 12:00 PM EST on October 31, 2024, with price quotes valid until December 31, 2024. For further inquiries, vendors can contact Charles Blalock at charles_blalock@saa.senate.gov or by phone at 202-841-3876.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Senate Office of the Sergeant at Arms (SAA) has issued a Request for Quotation (RFQ 2025-R-005) for a Perfect Binding Machine with specific requirements spanning performance, maintenance, and vendor qualifications. Vendors must submit quotations detailing compliance with minimum specifications, including binding capabilities, automation features, and necessary software interfaces. The RFQ outlines a firm-fixed-price basis for the machine and optional features, with a total project term running from January 1, 2025, to December 31, 2030, encompassing delivery, installation, maintenance, and training. An acceptance testing period of 30 consecutive business days is mandated to confirm operational reliability. Vendors must provide warranties, technical support, and a detailed checklist upon installation. Additionally, the SAA requires the potential trade-in of existing equipment and comprehensive documentation for user training and machine operation. Price quotes are valid until December 31, 2024, highlighting the competitive nature of the procurement. This RFQ reflects the SAA’s commitment to enhancing operational capacity through modern equipment while ensuring adherence to robust compliance and performance standards.
    The document serves as an Addendum to Commercial Agreements for contractors proposing to provide services or products to the U.S. Senate Office of the Sergeant at Arms (SAA). It outlines the terms and conditions that will govern any resulting contract, stating that certain commercial terms are unacceptable if they conflict with Federal law or Senate procurement regulations. Key provisions include the prohibition of unauthorized obligations requiring additional payments, indemnification clauses that prevent contractors from controlling third-party claims, and the rejection of automatic renewal terms. Other significant points involve the SAA’s resistance to audit rights, tax responsibilities, and modifications made unilaterally by contractors. Furthermore, the Addendum specifies conditions for termination, confidentiality obligations, and the requirement for the contractor to return sensitive information upon contract termination. It emphasizes that payments are contingent on the availability of funds and prohibits contractors from making misleading references to their relationship with the SAA. The overall purpose of the Addendum is to set clear expectations and protect the interests of the SAA in any contractual agreement, aligning with federal regulations and guidelines for government contracts.
    The document outlines the requirements for submitting quotes in response to Request for Quotation 2025-R-005 for a Perfect Binding Machine. It specifies that Offerors must sign and return the provided PRICING TABLE in Excel format, including any necessary End User License Agreements and Contract Terms. Offerors must also verify their authorization from the Original Equipment Manufacturer (OEM) to sell the product to the Federal Government and comply with the Legislative Branch Appropriations Act, particularly regarding certain telecommunications and information systems. Inquiries must be directed via email before the deadline, and all quotations must be submitted by the designated date. Offerors are required to provide firm-fixed prices and detailed compliance documentation. The submission process emphasizes accountability, stating that incomplete submissions may be rejected. The procurement will follow competitive source selection regulations, with awards based on evaluation of technical specifications, pricing, and past performance. The document aims to ensure compliance and transparency in government procurement processes for the specified equipment.
    The document outlines the Purchase Order Clauses applicable to contracts issued by the Sergeant at Arms (SAA) of the U.S. Senate. Key points include the hierarchy of documents governing the order, security compliance requirements, and the SAA's rights in inspecting goods and services. The SAA retains the authority to change terms and conditions, including pricing, while making clear that it is a tax-exempt entity and detailing payment procedures for contractors. Additional salient clauses include strict guidelines on data protection, confidentiality, and cybersecurity, highlighting the need for contractors to secure Senate data and notify of any incidents. It emphasizes compliance with federal laws specific to the Senate, while also rejecting terms from contractor-specific agreements that contradict these regulations. The document stresses the importance of transparency and integrity in dealings, outlining provisions for conflicts of interest, termination options, and warranties. This structured approach ensures legal protections, clarifies obligations, and fosters a secure environment for conducting business with the Senate, reflecting the stringent requirements vital in governmental procurement processes.
    The OEM Statement of Compliance addresses adherence to Section 208 of the Legislative Branch Appropriations Act, 2020, which prohibits the procurement of specific telecommunications equipment and certain high-impact or moderate-impact information systems. This compliance is particularly defined according to the National Institute of Standards and Technology's (NIST) federal information security standards. The document requires a certifying officer from the Original Equipment Manufacturer to affirm, to the best of their knowledge, their compliance with the aforementioned regulations. The statement includes spaces for the name, title, date, and signature of the certifying officer, ensuring accountability in regards to adherence to federal procurement policies. This compliance statement is significant within the context of government RFPs and grants, as it underscores the importance of sourcing technology that aligns with national security protocols and restrictions.
    Lifecycle
    Title
    Type
    Perfect Binding Machine
    Currently viewing
    Solicitation
    Similar Opportunities
    U.S. Senate Sergeant at Arms Photographic Services - BPA
    Active
    Senate, The
    The United States Senate Sergeant at Arms (SAA) is seeking qualified contractors to provide comprehensive photographic services through a Multiple Award Blanket Purchase Agreement (BPA). The procurement includes a range of services such as event coverage, portrait photography, short-form video production, and post-production editing to support Senate Members, Committees, and SAA leadership. These services are critical for enhancing communication strategies and documenting Senate activities. Interested vendors must be U.S.-based, registered in the System for Award Management (SAM), and demonstrate relevant experience and qualifications. Proposals are to be submitted on a Firm-Fixed-Price basis, with a contract term of 12 months and four optional extensions. For inquiries, contact Tonia Courtney at zemirahcourtney@saa.senate.gov or call 202-909-9017.
    U.S Senate Support Operations Multi-Award IDIQ IT Equipment Moving, State Office Shredding, & Emergency Biohazard Cleaning
    Active
    Senate, The
    The U.S. Senate, through the Office of the Sergeant at Arms, is seeking qualified contractors for a Multiple Award Indefinite Delivery-Indefinite Quantity (IDIQ) contract to provide IT equipment moving services, shredding services, and emergency biohazard cleaning services. The procurement aims to support Senate operations by ensuring secure transportation of IT security cabinets, confidential document shredding, and rapid response cleaning services in the Washington DC, Maryland, and Virginia areas. This contract is crucial for maintaining operational efficiency and security within Senate facilities, particularly during election cycles. Interested vendors should note that the contract has a maximum ceiling of $1.5 million, with a base duration of 12 months and four optional extensions. For inquiries, contact Nicole Barnes at nicolebarnes@saa.senate.gov or call 202-224-9321.
    VBA PG 6.0 (R-1)
    Active
    United States Government Publishing Office
    The United States Government Publishing Office is seeking qualified vendors for the production of VBA PG 6.0, which includes essential operations such as presswork and bindery. This procurement is critical for ensuring the timely and efficient production of printed materials that support government functions. Complete specifications for the project can be accessed through the provided link, and interested parties are encouraged to reach out to Chris Caviezel at ccaviezel@gpo.gov or Roland Whitehurst at rwhitehurst@gpo.gov for further inquiries. The opportunity is categorized under NAICS code 323, focusing on Printing and Related Support Activities.
    Books and Pamphlets
    Active
    United States Government Publishing Office
    The United States Government Publishing Office is seeking contractors for the production of various books and pamphlets, which will include operations such as prepress, proofing, printing, binding, packing, and distribution. The specifications for this procurement detail the requirements for both self and separate covers, emphasizing the importance of quality and precision in the printing and binding processes. These materials are essential for disseminating government information and resources to the public. Interested vendors can find complete specifications and further details at the provided GPO link, and they may contact Felicia Buchko at fbuchko@gpo.gov or Roland Whitehurst at rwhitehurst@gpo.gov for additional inquiries.
    NSN 5120-01-611-5985 | INSERTER, SEAL
    Active
    General Services Administration
    The General Services Administration (GSA) is soliciting quotes for the procurement of 425 units of the Inserter, Seal (NSN 5120-01-611-5985), a specialized tool critical for the maintenance of military vehicles, specifically the MVG-750 transfer case used in the Mine Resistant Ambush Protected (MRAP) All-Terrain Vehicle. This procurement is a brand name requirement, justified under FAR regulations, as only Marmon-Herrington Co., Inc. can provide this essential tool, which is vital for operational readiness of over 6,000 vehicles in the U.S. Army fleet. Vendors must comply with specific technical and administrative requirements, including registration on SAM.gov and adherence to delivery terms, with quotes due to the GSA by the specified deadline. Interested parties can direct inquiries to Jenna Williams at jenna.williams@gsa.gov or Kylie Ferraz at kylie.ferraz@gsa.gov.
    SINGLE PLY CUTTING MACHINE
    Active
    Dept Of Defense
    The Department of Defense, through the Tobyhanna Army Depot, is seeking proposals for the acquisition of a brand-new single-ply cutting machine from Eastman Machine Company. The procurement requires a machine that meets specific functional criteria, including a minimum cutting speed of 60 inches per second and a cutting area of at least 72” by 144”, along with the removal of an existing multi-ply cutting machine and training for depot personnel. This equipment is critical for the Equipage Branch's fabric and material processing operations, ensuring operational efficiency and compliance with government standards. Interested offerors must submit their bids by 12:00 PM on November 6, 2024, and can contact Melissa Hoffman at melissa.hoffman4.civ@army.mil or by phone at 570-615-8742 for further information.
    34--THREAD ROLLING MACHINE
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEFENSE LOGISTICS AGENCY intends to issue a firm fixed price solicitation to procure thread rolling machines. The machines will be used for metalworking and will be delivered to Puget Sound Naval Shipyard in Bremerton, WA. The solicitation will be a small business set-aside and will be electronically posted on the NECO website. All responsible sources may submit a quotation. Interested offerors must download the RFQ from the NECO website and complete pricing, representations and certifications, provide manufacturer information, and ensure current registration in the System for Award Management (SAM).
    35--RF SEALER
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking a RF SEALER. This item is typically used for sealing radio frequency (RF) components. The procurement will take place at PSNS 1400 Farragut Ave Bldg 514, Bremerton, WA 98314, US. For more information, contact JOHN IVERSEN at 360-476-3338 or JOHN.IVERSEN@DLA.MIL. Electronic submission of quotes is available through the NECO website.
    CONTROL ASSEMBLY,AC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of CONTROL ASSEMBLY,AC. This contract requires the manufacture and supply of specific components, adhering to stringent quality assurance and inspection standards, including MIL-STD packaging and government source inspection. The goods are critical for military applications, particularly in the realm of small arms and ordnance manufacturing, and must meet precise specifications outlined in the solicitation. Interested vendors should submit their quotes electronically to Charles T. Miller at CHARLES.T.MILLER7.CIV@US.NAVY.MIL, ensuring compliance with all requirements, including proof of authorized distribution if applicable. The procurement will be conducted on a Firm-Fixed Price basis, with a minimum quote expiration of 90 days.
    49--SHOP EQUIPMENT,UTIL
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of shop equipment, specifically the NSN 4940016282572, with a total quantity of 27 units required. This procurement is categorized as a Total Small Business Set-Aside, emphasizing the importance of supporting small businesses in the defense supply chain. The equipment is crucial for maintenance and repair operations, ensuring operational readiness and efficiency within military facilities. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quote submission is 168 days after the award date.