J074--HWW RICOH Copier Maintenance
ID: 36C24524Q0878Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, 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)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    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.

    Point(s) of Contact
    Cassie WhiteContracting Officer
    email only
    cassie.white@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is seeking bids for maintenance services for Ricoh copiers under solicitation number 36C24524Q0878, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Bids must be submitted via email to the designated contracting officer, Cassie White, by September 20th, 2024, at 10:00 AM EST. The contract, which covers a one-year period from October 1, 2024, to September 30, 2025, aims to ensure effective maintenance of copier machines at the Huntington VA Medical Center in West Virginia. Vendors are required to provide proof of technical capability and past performance related to copier maintenance, as well as complete a price schedule for the services offered. The selection process will utilize a Lowest Price Technically Acceptable (LPTA) evaluation method to award the contract based on the responsiveness to the substance of the solicitation and price competitiveness. This RFP emphasizes compliance with various acquisition regulations and guidelines. Submissions must affirm acceptance of the solicitation's terms or list any exceptions along with justifications.
    The document lists various models and their corresponding serial numbers for specific equipment—primarily related to printing or copying. It includes entries for models such as C5100S, MP3054SPG, MPC3003G, and Pro C5310S, detailing a total of 57 entries under two sections. The structured format indicates a systematic cataloging of assets or inventory, possibly in relation to a federal or state procurement process. This compilation may serve as a reference for government agencies or contractors involved in requests for proposals (RFPs) or grant applications, ensuring clarity on the equipment types covered in those proposals. The concentrated focus on model and serial numbers suggests it could aid in the standardization or verification of equipment specifications necessary for compliance in procurement or funding requirements. Overall, the document underscores the importance of precision in asset documentation within the framework of governmental procurement activities.
    The Hershel “Woody” Williams VA Medical Center in Huntington, WV is issuing a Request for Proposals (RFP) for a maintenance contract covering 36 RICOH All-in-One Multi-Function Devices (MFDs) from October 1, 2024, to September 30, 2025. The contractor must provide comprehensive maintenance services, including parts, labor, and necessary supplies (excluding paper), for an expected monthly volume of 91,753 black and white copies and 52,897 color copies. Key stipulations of the contract include ensuring compliance with VA regulations, conducting maintenance with skilled, OEM factory-trained personnel, and responding to service requests within 12 hours during business hours. The contract prohibits work outside the provided scope unless authorized by the Contracting Officer. The vendor is also responsible for training key operators and supplying operator manuals. Operational hours are Monday through Friday, excluding federal holidays, and specific regulations regarding on-site conduct, such as prohibiting certain clothing, must be followed. Maintenance reporting requirements necessitate documentation for each service call to ensure accountability and transparency. Overall, this contract emphasizes maintaining equipment efficiency and compliance within VA facilities.
    The Hershel "Woody" Williams VA Medical Center in Huntington, WV, requires a maintenance contract for its 21 Ricoh Multi-Function Devices (MFDs), encompassing copiers, printers, and fax machines. The contractor will provide maintenance services, including labor, parts, toner, and necessary supplies (excluding paper) for a minimum output of 91,753 black and white copies and 52,897 color copies monthly. The contract is firm-fixed, running from October 1, 2024, to September 30, 2025, allowing for adjustments in the number of serviced units. Service calls must be responded to within 12 hours during normal operating hours, with contractors expected to provide training for key operators and maintain thorough documentation for each service visit. All contractor personnel must be OEM factory trained and comply with installation regulations. Furthermore, any alterations to this scope must be authorized in writing by the Contracting Officer. This procurement effort underscores the VA’s commitment to maintaining operational efficiency in their facilities while adhering to compliance standards.
    This document outlines a request for proposals (RFP) for services related to maintenance and supply of parts, labor, and toner for several models of multifunction printers. The RFP includes a detailed list of maintenance requirements for different printer models, indicating a monthly service agreement for each unit. Specifically, it specifies the need for monthly servicing for multiple models, including the MP3054SPG, MP3554SPG, MP501SPG, MP2555, C5100S, and MP3003G, with varying quantities of machines noted for each service line item. The primary goal of this RFP is to secure consistent maintenance support, ensuring operational efficiency for the described printing equipment. The document serves a critical function in the procurement process, aiming to attract qualified service providers while outlining the essential needs of the federal government to maintain its printing infrastructure effectively.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Copier/Printer Maintenance - National Cemetery Administration Continental District Office -- J075
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide copier and printer maintenance services for the National Cemetery Administration's Continental District Office in Denver, Colorado. The procurement aims to ensure the efficient operation of a RICOH MPC6004EXG Color Digital Copier through comprehensive maintenance, repair, and supply services, including preventive and corrective maintenance, on-site repairs, and the provision of consumable supplies like toner and drums. This contract is critical for maintaining operational effectiveness within government operations, with a performance period extending from the award date until March 30, 2025, and the possibility of four additional option years. Interested parties should contact David Boyd at david.boyd7@va.gov for further information and must respond to the forthcoming Request for Quote (RFQ) to be considered.
    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.
    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.
    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.
    DG10--Guest WIFI and Water Monitor System Services Huntington Veterans Administration Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Guest Wi-Fi and Water Monitor System Services at the Huntington Veterans Administration Medical Center. The procurement aims to establish a reliable network infrastructure that includes 24/7 remote support, proactive monitoring, and maintenance of the Wi-Fi and water monitoring systems, with a contract period extending from September 2024 through September 2029. This initiative is crucial for enhancing telecommunications capabilities within the medical center, ensuring compliance with security standards, and improving service delivery for patients and guests. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by August 19, 2024, with a total estimated contract value of $34 million. For further inquiries, vendors can contact Contracting Officer Trever Turcotte at Trever.Turcotte@va.gov or by phone at 240-215-8892.
    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.
    Lease of Medication Dispensing System and Support Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the lease of a Medication Dispensing System and support services at the Cheyenne VA Medical Center, under Solicitation Number 36C25924Q0144. This procurement includes a base year plus four option years for the necessary leased equipment, installation, and ongoing maintenance, with a focus on ensuring compatibility with existing BD Carefusion Pyxis systems and compliance with electronic health records. The initiative aims to enhance healthcare delivery through efficient medication management, with contractors required to maintain a 96% uptime and provide detailed specifications for their proposed equipment. Interested bidders must submit their quotes electronically by September 19, 2024, and direct any inquiries to Stephanie Cahill at stephanie.cahill@va.gov or 303-712-5841 by September 16, 2024.
    J065--New Base+4 Medical Scale Svc (578)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide maintenance and calibration services for multi-patient scales at Hines VA Hospital under Solicitation 36C25224Q0629. The procurement involves a firm fixed-price contract for preventative maintenance, inspections, and corrective repairs of various scale models, with a preference for calibrations to be completed in consecutive days within the designated month. This service is crucial for ensuring operational accuracy in medical settings, as the scales play a vital role in patient care across multiple healthcare services. Interested bidders must submit their proposals by September 20, 2024, and can direct inquiries to Contract Specialist Debbie Bruening at debbie.bruening@va.gov.
    W065--Bronchoscopes Lease and Maintenance Service John D. Dingell VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to award a firm-fixed-price contract for the lease and maintenance service of bronchoscopes at the John D. Dingell VA Medical Center in Detroit, Michigan. The procurement will be conducted on a sole-source basis with Olympus America Inc. due to the proprietary nature of the required equipment, covering the period from December 20, 2024, to December 19, 2027. This contract necessitates the contractor to provide all necessary parts, labor, and materials for service maintenance, highlighting the critical role of these medical devices in patient care. Interested parties must submit compelling evidence for competition by September 19, 2024, at 3:00 PM Eastern Time, via email to the designated contracting officer, Alexis S. Alexander, at Alexis.Alexander1@va.gov.
    6520--CEREC Primescan AC TP with Steel Sleeve and Sustainment Agreement (Michael E. DeBakey VAMC)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the procurement of two CEREC Primescan AC TP units with steel sleeves and a sustainment agreement for the Michael E. DeBakey VA Medical Center in Houston, Texas. This opportunity, identified by solicitation number 36C25624Q1487, requires vendors to demonstrate their status as approved distributors by the Original Equipment Manufacturer (OEM) and provide relevant documentation with their submissions. The equipment is crucial for enhancing dental restoration capabilities within the VA medical facilities, ensuring high-quality care for veterans. Quotes are due by September 23, 2024, at 11:59 PM CST, and must be submitted electronically to Contracting Officer Jeneice Matthews at jeneice.matthews@va.gov.