R604--Request for Information / Sources Sought Mailing Solution Columbus VA Medical Center

expired opportunity(Expired)
From: Federal Government(Federal)
36C25021Q0775

Basic Details

started - 09 Jun, 2021 (about 2 years ago)

Start Date

09 Jun, 2021 (about 2 years ago)
due - 23 Jun, 2021 (about 2 years ago)

Due Date

23 Jun, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
36C25021Q0775

Identifier

36C25021Q0775
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103362)VETERANS AFFAIRS, DEPARTMENT OF (103362)250-NETWORK CONTRACT OFFICE 10 (36C250) (5697)
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The VA Chalmers P. Wylie Ambulatory Care Center in Columbus, Ohio has a requirement for a Mailing and Sorting system. This is a Request for Information (RFI) to seek capable sources and request industry feedback ONLY. This notice does not constitute a commitment by the Government. Interested parties are asked to submit capability statement that clearly and convincingly identifies their ability to fulfill the requirements. Detailed capabilities must be submitted by email to Contract Specialist Josh Kovar at Joshua.Kovar@VA.gov in an electronic format, no later than 1330 EST June 23, 2021. As part of market research, this Request for Information / Sources Sought is to determine if there exists an adequate number of qualified interested contractors capable of providing the requirement. Industry feedback to the information below is requested to ensure the VA has not created a defacto sole source requirement. The Government may use
the responses to this RFI for information and planning purposes. Mailing and Printing Solution COLUMBUS VA MEDICAL CENTER General Information: Contractor shall provide all equipment, accessories, installation, training, and manuals for (Mailing and Printing Solution). This equipment will be delivered and installed to Chalmers P. Wylie Ambulatory Health Care Center. Location: Supply Chain Management, Department of Veterans Affairs, VISN 10, Chalmers P. Wylie Ambulatory Health Care Center. 420 North James Rd. Columbus, Ohio 43219 Type of Contract: Firm-Fixed Price (Base +4 Years) Equipment to be Procured: PRODUCTION SERVER FOR SOFTWARE Minimum Requirements/Performance Levels VA Approved Specifications REHL 7.X WinServer 2019 OS VA OIT Approved solution (Can use V7.0+) Firebird 3.x Database VA OIT Approved solution (can use Version 0-9) Software: Vmware Essentials VA OIT Approved Virtual Server 3x Windows Server 2016 VA OIT Approved Additional Specifications Form Factor: Rack Mount 2U Hardware RAID: Level 5 Hard Drives: 4x 1TB Processors: 2x Intel Xeon E5-2620 Memory: 80GB Network: 2x 1GB Backup Drive: 1-3TB External Linus CentOS 7.x Hardware Server Annual Premium Support for 5 years Remote Implementation, stand up and training for Server setup PRINT AND VCCS WORKFLOW SOFTWARE RPD Software or equivalent VA TRM certified software. If not certified by VA OIT additional time will be needed to certify any proposed solution. Minimum Requirements/ Performance Levels CERNER - COMPLIANT or APPROVED 508 compliant, with available VPAT. Must support the in-scope color Ricoh C9200 production printer 5 years of service and support 1-year support contract includes up to 35 hours per month for 12 months and 1 on-site visit per month. Must integrate with System inserter Produces production control barcodes on every page of every mail piece, to automate inserting by System Must support VMWare. Must Run on Windows 64-Bit physical Server, or logical VMWare Server partition for Windows. Accepts PDF files as input, and can index the address fields in different locations for different types of jobs, along with PCL5, TNO, PS, XML Supports USPS CASS certified address cleansing, including the NCOA database. Proposal must include keeping CASS and NCOA current. Provides a USPS PAVE certified sort and prepares all USPS artifacts (cage/pallet and tray tags, Postage Statement 3600-FCM/3602 Qualification Report, and mail.dat file) for USPS delivery. Prints pages in PAVE-sorted order to minimize postage. Postal savings with grouping, batch printing, sorting and margin Allows changes in real-time without IT involvement Supports integrity barcodes: OMR, BCR, 2D Multi-lingual document management Delivers a list of any problem addresses to the VA, for each print job, including return codes to enable address correction. Produces USPS Full Services Intelligent Mail® barcodes on every mail piece Creating a unique tracking ID for every mail piece Allowing for USPS Secure Destruct to be requested, by job type Exports information for every completed job, including page and piece counts, and identifies a file that contains any problem address information associated with that print job. Must be usable via secure browser-based interface Supports separate userid logins, one per person Allows dynamic changes to columns included in job-views Remembers preferences for screen layout, by userid, so that each user can have their own view of the system Supports separately defined roles, including Printer Operator, Supervisor, and System Administrator. Associates each login with one and only one role, which defines what that user is allowed to do. Records all user actions in job logs for accountability and chain-of-custody. Allows print files to be viewed on the spool, prior to paper production. Supports searches for particular pages by text fields Delivers the mail.dat file directly, and electronically, to the USPS PostalOne! system. PACKAGE TRACKING HARDWARE AND SOFTWARE: WTS-P Package Tracking Software or equivalent. If not certified by VA OIT additional time will be needed to certify any proposed solution Tracks inbound packages and accountable mail from carrier drop off to internal delivery. Monitors the complete chain-of-custody for every inbound item. Expedites internal delivery times and virtually eliminates lost or misplaced items. Simplifies inbound handling to an easy and efficient three-step electronic process. Customizable Widgets for home screen customization based upon priority of information. Includes: 01 - ENTERPRISE SOFTWARE 04 - ADDITIONAL CLIENT LICENSES 04 - HAND HELD DEVICES WITH SOFTWARE 05 - WIRELESS SCANNER 04 - HANDHELD PALMS WITH TRACKING SOFTWARE 04 - MAG STRIP READERS 03 - THERMAL LABEL PRINTER 02 - 4 SLOT CRADLE 04 HAND-HELD HOLSTERS Tracking system will be able to verify all inbound packages, scan the barcode, and count how many packages are being dropped off from the carrier. Ability to verify, receive and deliver all inbound packages on handheld device. Ability to Receive on Wireless Barcode Scanner at computer or Hand Held. Ability to generate email or text notification. Package status gives ability to send, immediate, schedule or delay notices. Ability to generate multiple types of user reports to track user activity. Search Packages via, received date, recipient, tracking number, status by user or name. Customizable dash-board utilizing widgets with specific id tools to help efficiency. Implementation Phase will include pre-installation calls to go over Workflows for set up. Training will be done on-site with local service team with help from Neopost Tracking Specialist. Fiery Compose Easy to Use Visual and interactive interface Merge and move pages with drag-and-drop simplicity Preview all jobs exactly as they will print Efficient Save job composition and open it at a later time Export composed PDF to customers to simplify proofing and approval process Handle last-minute edits without leaving Compose Integrated Define media requirements with integrated Paper Catalog database Use the same working space as Fiery® Impose Define inline finishing settings Flexible Compose jobs right from Fiery Command WorkStation® Full cross-platform Apple® Mac® and Microsoft® Windows® support Fiery Impose Intuitive See imposition changes as you make them with the visual, interactive interface. Merge and move pages with drag-and-drop simplicity. Preview all jobs exactly as they will print. FastSpeed production with imposition templates to automate common layouts. Integrate with job-submission automation tools such as Hot Folders, Virtual Printers, and Job Presets. Set up gang up jobs in seconds to avoid tedious manual calculations.. Efficient Make changes to imposed files without starting all over again. Handle last-minute edits without leaving the Fiery Impose interface with Adobe Acrobat Pro and Enfocus PitStop Edit. Impose variable data jobs as easily as regular jobs. Preview every imposed record to make sure it's correct before printing. Export imposed PDF to customers to simplify proofing and approval process. Integrated Define media requirements using the same Paper Catalog database in your print engine. Use the same working space for all Fiery JobMaster document editing layout tasks. Apply barcodes to integrate with Duplo finishers. Flexible Impose jobs right from Fiery Command WorkStation-no need to switch clients or open a different application. Perform imposition tasks at the Fiery server or remotely on Windows® or Macintosh® clients. Fiery Central Fiery Central' s automatic load balancing features allows the VA to produce work faster and more cost-effectively by controlling all printers from one place, automatically splitting or routing jobs based on the printers' capabilities. It also becomes a flexible platform for all these printers to access the powerful products in the Fiery Workflow Suite, such as Fiery JobFlow for prepress automation, Fiery Impose for document imposition and Fiery Compose for advanced make-ready. Fiery Central provides integration points enabling bi-directional communication with business management systems such as print MIS or Web-to-Print system through the certified, industry-standard JDF technology. 4. ONLINE WEB-TO-PRINT SOFTWARE RSA Web-CRD or equivalent. If not certified by VA OIT additional time will be needed to certify any proposed solution Minimum Requirements / Performance Levels Hosting: The Web-to-print system will be hosted on premise on VA s intranet Storefronts: Will support unlimited storefronts at no additional cost per storefront to VA. Catalog Ordering: Will support online catalog ordering and reordering for printed products from inventory, print on demand products, and non-print products. Catalog will support versioned products (personalized at time of order) and variable data products (data source, such as a .csv file, attached to order). Ad-hoc ordering: Will include option to convert native files to PDF at the desktop and when uploaded to the storefront. The desktop conversion must be integrated with the storefront (i.e. when the conversion is complete the user is taken directly to the storefront to complete the order process). The order form will include intuitive symbols for most popular finish options (binding, punching, folding, etc.) Will include an interactive document preview for soft proofing, including print and finishing options such as tabs, covers and binding. Will allow users to combine multiple documents in to a single PDF for ordering. Offline ordering: Will include option to submit orders where files delivered to the print center on CD-ROM/DVD, USB drive or hard copy. Pricing/Quantities Will support fixed quantities (i.e. 100, 250, 500), volume pricing discounts and per user pricing. Production Workflow Will have a production dashboard that provides a graphical interface for scheduling and tracking of jobs as they move through the production process. Workflow automation Will have the ability to submit jobs directly to color and b/w digital presses, including all print and online finishing specifications, in JDF and device specific formats. Approvals Will support an order approval workflow based on cost or content. Reporting Will have the ability to produce standard and user defined reports in a CSV format. Integration Will include functionality for cXML integration to 3rd party MIS/ERP systems. Authentication Will support LDAP or Active Directory real time authentication 5 years of service and support 5. MAIL MACHINE AND INSERTER Minimum requirements / Performance levels If not certified by VA OIT additional time will be needed to certify any proposed solution Compatible with Ricoh C9200 Production Copiers Software - Quadient Operating System 3.1R 1.3 - Only OIT approved system Appliances must be approved by VA OIT Quantity Required is 1 complete unit Appliance specifications IS-5000/6000 Mail Machine with Conveyor Stacker Neopost or equivalent IS-5000/6000 Dynamic Weighing Module IS-6000 210 LPM Base, PostCard Version MMF, 15" Control Panel, Keyboard, LAN Kit & Line Conditioner IS Series 30lb. Weigh Platform DS 75i 2 Station Expert: 1 Auto HCDF + 1 Auto Fdr + CIS Scanner + Multi license Neopost or equivalent AIMS500 Office Closed Loop Mail Piece Verification Only. Reqs Ver Impress to create JAF, JRF & JCF 15 AMP Power Conditioning line filter. 4 standard outlets, plus 1 corded outlet 5 Years of service support and maintenance 6. TRAINING Contractor shall provide on-site training within (3) business days after installation of all solutions to key operators. Training for all Mail installed software components will be conducted as a train-the-trainer session. These training sessions will be defined as: User training one (3) end user training session for up to two (2) hours for up to six (6) people One week of comprehensive boot camp to review hardware, software, applications and how to incorporate new technology and workflows into the current system. Re-direct and introduce change management concerning jobs, software, calibrations, and certs. On-going training throughout the first 30, 60, 90 days. Hardware and Software operations and workflow One (1) process specific users guide will be provided in MS Word and/or PDF formats for distribution to users A QASP (Quality Assurance Surveillance Plan) will be utilized throughout this contract to monitor performance and adherence to the PWS. Government Equipment to Incorporate into Solution: Two (2) Ricoh C9200 production copiers Network and electrical drops as necessary The applicable NAICS code for this requirement is NAICS 541519 Other Computer Support Services with a Small Business Size Standard of $30.0 Million Dollars. The Product Service Code is W074 Lease/Rental Equipment Office Machines, Text Processing Systems, and Visible Record Equipment. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. This Request for Information (RFI) is only for the purpose of identifying potential sources as part of market research. No Request for Proposal (RFP), Quote (RFQ), or Invitation for Bid (IFB) exists. Responses to this Request for Information (RFI) are not quotes, proposals, or bids on which the VA can issue any contract. This Notice is issued for information and planning purposes only and does not itself constitute an RFP, RFQ or IFB. The Government does not intend to award a contract based only on responses to this RFI. Responses to the notice will not be returned. Responders are solely responsible for all expenses associated with responding to this Request for Information (RFI). The VA will not pay for information received in response to this Request for Information. Do not submit pricing information in response to this Request for Information.

Chalmers P. Wylie Ambulatory Care Center  ,
 OH  43219  USALocation

Place Of Performance : Chalmers P. Wylie Ambulatory Care Center

Country : United States

Classification

naicsCode 541519Other Computer Related Services
pscCode R604Mailing and Distribution Services