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 Manufacturing (33331)

PSC

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

    The United States Senate, through the Office of the Sergeant at Arms (SAA), is seeking qualified vendors to provide a Perfect Binding Machine, with services required from July 1, 2025, to June 30, 2026. The procurement aims to enhance the Senate's operational efficiency in document binding and processing, necessitating a machine capable of binding sizes from 5" X 5" to 12" X 12" with a minimum cycle output of 150 per hour. Interested offerors must comply with specific submission requirements, including registration in the System for Award Management (SAM), and submit their quotes by March 10, 2025, while ensuring adherence to federal regulations, including Section 208 of the Legislative Branch Appropriations Act. 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
    This document provides instructions for submitting quotes in response to Request for Quotation 2025-R-005 for a Perfect Binding Machine. Offerors must sign and return a pricing table in Excel format, include any relevant End User License Agreements (EULAs), and obtain necessary certifications from the Original Equipment Manufacturer (OEM). Questions must be emailed by February 28, 2025, with submissions due by March 10, 2025. Offerors are required to be registered in the System for Award Management (SAM) and ensure compliance with Section 208 of the Legislative Branch Appropriations Act, which restricts certain telecommunications equipment. The SAA reserves the right to reject any submissions that do not meet specified requirements. The selection will be based on technical specifications, pricing, and past performance, aiming for a best value award. This process emphasizes compliance with regulatory standards in federal procurement, ensuring that offers adhere strictly to outlined stipulations.
    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 services required from July 1, 2025, to June 30, 2026. The RFQ outlines pricing for the machine, optional features, and maintenance options for five subsequent years. Offerors must provide firm fixed prices, valid until May 31, 2025, and adhere to specific submission requirements. The document details minimum specifications for the binding machine, emphasizing its operational capabilities, such as binding sizes from 5" X 5" to 12" X 12" and ensuring a cycle output of no less than 150 per hour. Vendor qualifications include providing training for staff, ongoing maintenance, and technical support, with a performance criterion that requires acceptance testing over a 30-day operational window. Additionally, vendors must account for compliance with environmental standards, electrical requirements, and necessary software integration. The RFQ highlights the removal of existing equipment and outlines warranty obligations, including annual maintenance support. This RFQ serves to facilitate the procurement of a vital piece of equipment that enhances the Senate's operational efficiency in document binding and processing.
    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 to meet specific operational requirements from January 1, 2025, to December 31, 2025. The RFQ includes detailed pricing tables for the base unit and optional features, all priced in USD, with the expectation that quotes remain valid through December 31, 2024. Offerors must comply with submission and packaging guidelines, stating whether the quotation is based on Open Market pricing or a GSA Schedule. Key requirements for the Perfect Binding Machine include binding capabilities, feeding decks, and maintenance for five years post-purchase, with rigorous acceptance testing conditions to confirm functionality. The vendor must ensure installation within 90 days after the contract award and provide user training, maintenance support, and documentation. A warranty covering defects is mandated for one year post-acceptance, emphasizing the importance of reliability and operational standards. This RFQ reflects the government’s structured procurement process, focusing on compliance, technical specifications, and vendor expertise.
    The Addendum to Commercial Agreements outlines the terms and conditions governing contracts with the U.S. Senate's Office of the Sergeant at Arms (SAA). It emphasizes that any conflicting terms in a contractor's License Agreement will be null and void and highlights specific unacceptable clauses concerning unauthorized obligations, third-party claims, automatic renewals, audits, taxes, and more. For instance, the SAA does not allow automatic renewals to avoid violations of the Anti-Deficiency Act, nor does it accept clauses that impose taxes on it or grant contractors unilateral rights over contract amendments. The document also specifies that disputes must be resolved according to federal regulations and that the SAA maintains confidentiality regarding contract details. Overall, this Addendum serves to protect the SAA’s interests by ensuring compliance with federal laws, outlining contractor obligations, and clarifying the limits of contractor rights within their agreements, thereby guiding contractors in their proposals and contracts with the Senate.
    The document provides detailed instructions and requirements for submitting quotes in response to Request for Quotation 2025-R-005 for a Perfect Binding Machine. Offerors must complete and return a PRICING TABLE in Excel, including mandatory vendor information and possible End User License Agreements (EULAs). They are required to submit any OEM statements validating their authority to sell the product to the Federal Government, ensuring compliance with the Legislative Branch Appropriations Act, 2020, especially concerning telecommunications and information systems. Questions must be directed via email by October 23, 2024, and all submissions are due by October 31, 2024. Offerors need active registration in the System for Award Management (SAM) and may only supply products from authorized domestic channels. The SAA reserves the right to reject quotations lacking required information or deviating from specifications. The procurement process follows competitive selection guidelines, evaluating technical specifications, pricing, and past performance. Ultimately, the Senate aims to make a single award based on the best value approach while adhering to specific purchase order clauses and agreements, with no debriefings offered after decision-making.
    The Purchase Order Clauses document outlines the terms and conditions applicable to a federal purchase order issued by the Sergeant at Arms (SAA). Key sections include authority and order of precedence of documentation, emphasizing that the Purchase Order clauses take precedence over any conflicting contractor-specific terms. It mandates compliance with security regulations, inspection rights by the SAA, and clarification on price and tax structures, highlighting that the Senate is tax-exempt. The document details invoicing procedures, including required formats and contents, payment methods, and conditions for adjustments in pricing. Provisions on confidentiality, data protection, and cybersecurity emphasize the contractor’s responsibility to protect Senate information. It establishes criteria for termination, outlines the process in cases of fraud, and stipulates the non-applicability of certain federal laws. The clauses aim to formalize compliance and responsibilities, ensuring the protection of Senate data and confidentiality during the procurement process, serving as a guide for contractors interacting with the Senate.
    The document outlines the Purchase Order Clauses applicable to contracts issued by the U.S. Senate’s Sergeant at Arms (SAA). It stipulates the authority of the Contracting Officer, establishes an order of precedence for documentation, and mandates compliance with Senate security regulations. Key sections detail the inspection rights of the SAA, pricing policies, payment procedures, and clauses regarding advertising, gratuities, and conflicts of interest. The document emphasizes the non-application of certain federal laws and outlines specific obligations regarding cybersecurity, data protection, and confidentiality. The clauses delineate processes for changes, terminations (for convenience or cause), payment stipulations without penalties, and requirements for incident notifications related to data breaches. It prohibits the use of Senate data in AI training without permission, specifies conditions for handling confidential information, and describes the necessary steps for data return or destruction after contract completion. This comprehensive framework supports transparent procurement, enforces compliance with federal regulations, and protects Senate data integrity, aligning with government standards on federal contracts and grants.
    The OEM Statement of Compliance indicates adherence to Section 208 of the Legislative Branch Appropriations Act, 2020, which forbids the procurement of specific telecommunications equipment and certain categories of information systems that pose security risks, as outlined by the National Institute of Standards and Technology (NIST). The document is signed by a certifying officer, confirming the OEM’s belief in its compliance with these federal regulations, thus ensuring the integrity of telecommunications practices in federal contracting. This compliance statement is crucial within the context of government Requests for Proposals (RFPs) and grants, ensuring that funded projects do not involve equipment that could compromise security. The overall tone of the document underscores the necessity of maintaining stringent security standards in procurement processes, reflecting government priorities in safeguarding sensitive information and technology systems.
    Lifecycle
    Title
    Type
    Perfect Binding Machine
    Currently viewing
    Solicitation
    Similar Opportunities
    Library Binding
    Buyer not available
    The United States Government Publishing Office is seeking qualified vendors for a federal contract focused on library binding services. The procurement aims to secure printing and related support activities, specifically in the area of photo/map/print/publication binding, which is essential for maintaining the integrity and longevity of government publications. This opportunity underscores the importance of high-quality binding services in preserving public documents for future reference. Interested parties can reach out to Stacy Bindernagel at sbindernagel@gpo.gov or call 202-512-2103 for further details regarding the solicitation process.
    U.S. Senate Duo Renewal
    Buyer not available
    The U.S. Senate, through the Office of the Sergeant at Arms (SAA), is seeking quotes for the renewal of Cisco Duo services, specifically for the Cisco Duo Premier products and related support, covering a performance period from April 15, 2025, to April 14, 2026. Offerors are required to submit their quotations on a Firm-Fixed-Price basis, including mandatory vendor information and compliance with federal regulations, particularly Section 208 of the Legislative Branch Appropriations Act, 2020. This procurement is crucial for maintaining secure telecommunications and information systems within the Senate, ensuring compliance with established security standards. Interested vendors must submit their completed quotes via email by February 14, 2025, and can direct inquiries to Holly McDonald at hollymcdonald@saa.senate.gov or by phone at 202-224-0657.
    Senate State Office AED & Fire Extinguisher Program
    Buyer not available
    The U.S. Senate, through the Office of the Sergeant at Arms, is seeking contractors for the Senate State Office AED & Fire Extinguisher Program, aimed at enhancing emergency preparedness across approximately 460 Senate offices nationwide. The procurement involves providing Automated External Defibrillators (AEDs), fire extinguishers, and associated CPR and fire extinguisher training, along with ongoing maintenance and logistical support for the equipment. This initiative is critical for ensuring the safety and readiness of Senate offices in emergency situations, adhering to established standards such as AHA guidelines for AEDs and NFPA standards for fire extinguishers. Interested contractors must submit their proposals by February 14, 2025, and can direct inquiries to Nicole Barnes at nicolebarnes@saa.senate.gov or by phone at 202-224-9321.
    SailPoint Identity IQ Renewal
    Buyer not available
    The United States Senate, through the Office of the Sergeant at Arms, is seeking proposals for the renewal of SailPoint Identity IQ, a critical identity management software, for the period of April 1, 2025, to March 31, 2026. Offerors must submit a completed Pricing Table in Excel format, along with any applicable End User License Agreements and compliance certifications, ensuring adherence to federal procurement standards. This procurement is essential for maintaining secure and efficient identity governance and management within the Senate's operations. Interested vendors should direct their submissions to Charles Blalock at charlesblalock@saa.senate.gov by the specified deadline, with all proposals evaluated based on Lowest Price Technically Acceptable criteria.
    35--SEALING MACHINE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a sealing machine. This solicitation aims to acquire packaging machinery that meets the specifications outlined in the associated documentation, which is crucial for effective wrapping and packaging operations within military logistics. The sealing machine will play a vital role in ensuring the integrity and security of packaged goods, thereby supporting operational readiness. Interested vendors can reach out to Connor C. Lewis at 215-697-4757 or via email at CONNOR.C.LEWIS@NAVY.MIL for further details regarding the submission process and requirements.
    Purchase a Direct to Substrate Printer with Maintenance or Warranty for 60 months
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the purchase of a Direct to Substrate Printer, which must include maintenance or warranty services for a duration of 60 months. This procurement aims to enhance printing capabilities within the agency, ensuring efficient production of necessary materials. The printer falls under the category of printing, duplicating, and bookbinding equipment, highlighting its significance in supporting various operational needs. Interested small businesses are encouraged to reach out to David Purvis at david.1.purvis@DLA.mil or call 717-770-4906 for further details regarding this total small business set-aside opportunity.
    U.S. Senate Information Technology Support Contract (ITSC) V
    Buyer not available
    The United States Senate, through the Senate Sergeant at Arms, is seeking proposals for the Information Technology Support Contract (ITSC) V, aimed at managing essential IT services for Senate operations. The contract will cover a range of services including hardware procurement, software management, help desk support, and maintenance for approximately 140 Senate entities, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) format with a base period of two years and options for four additional one-year renewals. This procurement is critical for ensuring the efficient operation of IT systems within the Senate, reflecting the institution's commitment to maintaining high standards of service delivery and security. Interested contractors should contact Nicole Barnes at nicolebarnes@saa.senate.gov or call 202-224-9321 for further details.
    LASER CUTTING MACHINE
    Buyer not available
    The Department of Justice, through the Federal Prison Industries, Inc., is soliciting proposals for a laser cutting machine, with a focus on encouraging bids from small businesses, particularly those that are women-owned. The procurement aims to enhance manufacturing capabilities within federal prison industries, aligning with broader federal objectives to support economic growth in underrepresented sectors. Interested vendors must submit their proposals by February 25, 2025, at 2:00 PM, and can direct inquiries to Barbara McMaster at Barbara.McMaster@usdoj.gov or Brent Ponder at Brent.Ponder@usdoj.gov. The contract is set aside for small businesses under FAR 19.5, and the total award amount is designated for government use only.
    Survey Pamphlets
    Buyer not available
    The United States Government Publishing Office is seeking proposals for the production of survey pamphlets as part of a combined synopsis/solicitation. The procurement aims to fulfill the need for commercial printing services, specifically under the NAICS code 323111, which encompasses various printing and binding tasks. These pamphlets are essential for disseminating information to the public and ensuring accessibility to government resources. Interested vendors should contact Lucy Belden at lbelden@gpo.gov or call 202-512-1479 for further details regarding the submission process and any associated deadlines.
    SSA No. 11 and Miscellaneous Envelopes
    Buyer not available
    The United States Government Publishing Office is seeking qualified vendors for the production of No. 11 and miscellaneous envelopes. The procurement involves various operations, including electronic prepress, composition, printing, construction, packing, and distribution of the envelopes. These envelopes are essential for government communications and documentation, ensuring efficient and professional presentation. Interested parties can find complete specifications and further details at the provided link, and may contact Jennifer Yarbrough at jyarbrough@gpo.gov or (202) 512-0220 for additional inquiries.