75--Office of Acquisition and Logistics (OAL) Copier

expired opportunity(Expired)
From: Federal Government(Federal)
VA11917N0470

Basic Details

started - 25 Sep, 2017 (about 6 years ago)

Start Date

25 Sep, 2017 (about 6 years ago)
due - 29 Sep, 2017 (about 6 years ago)

Due Date

29 Sep, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
VA11917N0470

Identifier

VA11917N0470
Department of Veterans Affairs

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103374)VETERANS AFFAIRS, DEPARTMENT OF (103374)STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) (1061)

Attachments (1)

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.

SUBJECT: Request for information (RFI), Synopsis for a 36-month lease and or purchase of a Ricoh Digital Pro C7110SX Color/B/W printer or equal. The Department of Veterans Affairs Strategic Acquisition Center (SAC) in conjunction for the Office of Acquisition and Logistics Washington DC is seeking information on the market capability for the proposed equipment above. The purpose of this Request for information (RFI) is to obtain information on the capability of vendors to provide a 36-month lease and or purchase for the Ricoh Digital Pro C7110SX Color/B/W printer or equal to include all supplies/services provided with the either the leasing of the Ricoh copier or the purchase of the Ricoh copier. This RFI allows potential contractor to submit a non-binding statement of interest and documentation demonstrating their capabilities, and suggestions that will allow the Government to refine its potential course of action. The RFI effort is intended to assess available sources capabilities,
and solicit feedback for acquisition planning purposes. Veterans Affairs is requesting response from qualified suppliers and/or businesses concerns. The NAICS code for this effort is 532420. INSTRUCTIONS: The SAC is looking for interested Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and Small Businesses (SB) for a possible set-aside. Submit a brief description, five (5) pages or less (including cover letter), that demonstrates your company s ability to provide 36-month lease of the Ricoh Digital Pro C7110SX Color/B/W printer or equal to include all supplies/services provided with the either the leasing of the Ricoh copier or the purchase of the Ricoh copier. You should also demonstrate your company s ability to provide these products. Demonstrate your past experience in performing these services for the past two years to include your contract number and your socioeconomic status. Responses should include business size, business type, and socio-economic status. All interested parties must be registered in SAM and verified in VETBIZ (VETBIZ for SDVOSB and VOSB). Please provide a copy of your FSS or GSA schedule or SWEP, if applicable. Please submit your responses to the Contracting Specialist, Michelle Bailey at michelle.bailey@va.gov Responses are due by 10:00AM EST September 29, 2017 SEE BELOW SALIENT CHARACTERISTICS Color Production Printing System 1 Contractor must provide a printing system that meets the following specifications: Productivity anticipated usage is 50,000 black and white and 50,000 color images a month. Simplex & Duplex Printing up to 360gsm paper weight Minimum of 90 pages per minute Color/B&W printing Must be able to self-check for color density on the fly Monthly Max Duty Cycle of 580,000 images minimum Rated continuous monthly volume of 230,000+ images/month Minimum Print Resolution of 4,800 x 1,200 dpi Minimum Paper Capacity of 6,900 sheets from a minimum of 4 sources Air separation and Vacuum Feed paper feed system to accommodate coated/specialty media. Example: Plain Paper, Coated paper, Recycle Paper, Preprinted, Letterhead, Pre-punched, Tab Stock, OHP (Transparency), Translucent Paper, Envelope, Textured Paper, Label paper as well as 8 mil polyester paper Must have a double feed detection system that diverts double fed sheets to an exit tray allowing our print jobs to continue running. Replace toner and paper on the fly Must have the ability to provide a 5th color; clear, white and neon yellow toner. Must have a media detection unit that coincides with a media library Paper Weights of up to 360gsm Auto duplexing of paper weights of up to 360gsm Must have a De-curling and Buffer pass unit We require the capability to replace certain parts of the unit like fuser and cleaning units Elevated operator call light to alert changes in system status Front to back registration of +- 0.5 millimeter Must have a built in purge tray Must be VPAT compliant Must have UL certificate Finishing 8x11 thru 13x19 media printing Corner and side stitch stapling, 100-page minimum Inline Finisher, 100-Sheet stapling minimum, 250 sheet top tray and 2,500 sheet main tray Must have a post process inserter with dual trays Must be able to produce up to a 200 page Square Fold Book with three way trimming. Inline or off-line. Minimum Book size 4.78 x 8.11 . Maximum book size 8.37 x 12.6 . Must be able to provide inline ring bound books. Media size of 8.5 x11 with a 21hole/23 hole punch up 100 sheet bind capability. Command Workstation Front End Print Controller Workflow Capabilities: Minimum: FIERY Intel Core i5-4570s processor, 6m cache, up to 3.60Ghz. WINDOWS 7 PROFESSIONAL FOR EMBEDDED SYSTEMS X64 4GB Memory, 1 TB SATA, DVD-RW AND CD-RW. PDF conversion, preflight checks, correction and editing of PDF files, image enhancement, document imposition, and job ticketing. Color Control & Job Management Prepress workflow Spectrophotometer Connectivity: Ethernet interface (10/100BaseT; 1 GB) Network Interfaces: - TCP/IP AppleTalk Bonjour support SNMP Port 9100 IPP FTP SMB WSD Point and print Print via email (PS/PDF) IPv6 support Ethernet 10/100/1000 Base T Data Stream Options: - Adobe Postscript Level 1,2,3 Adobe Acrobat 8 or higher PDF 1.7 or higher PDF/X PCL5c PCL5e PCL6XL TIFF ASCII JPEG IPDS Security Secure Erase Network protection 802.1x support IP filtering Port blocking (filtering) SSL support (IPP/LDAP/HTTP/POP/SMTP) Certificate management Self-signed certification LDAP support Secure printing Overage Charges: Contractor will provide the price for both black and white and color impressions not covered under the stated 50,000 impression per month. Maintenance: Full service maintenance agreement for either lease or purchase option, supplies are inclusive except staples and paper. Training: Training for at least four employees. Contractor will state if training is inclusive of the purchase price and if not the anticipated cost to train four employees. Color Production Printing System 2 Productivity anticipated usage is 50,000 black and white and 50,000 color images a month: Productivity Simplex & Duplex Printing up to 360gsm paper weight Minimum of 90 pages per minute Color/B&W printing Must be able to self-check for color density on the fly Monthly Max Duty Cycle of 580,000 images minimum Rated continuous monthly volume of 230,000+ images/month Minimum Print Resolution of 4,800 x 1,200 dpi Minimum Paper Capacity of 5,800 sheets from a minimum of 4 sources Air separation and Vacuum Feed paper feed system to accommodate coated/specialty media. Example: Plain Paper, Coated paper, Recycle Paper, Preprinted, Letterhead, Pre-punched, Tab Stock, OHP (Transparency), Translucent Paper, Envelope, Textured Paper, Label paper as well as 8 mil polyester paper Must have a double feed detection system that diverts double fed sheets to an exit tray allowing our print jobs to continue running. Replace toner and paper on the fly Must have the ability to provide a 5th color; clear, white and neon yellow toner. Must have a media detection unit that coincides with a media library Paper Weights of up to 360gsm Auto duplexing of paper weights of up to 360gsm Must have a De-curling and Buffer pass unit We require the capability to replace certain parts of the unit like fuser and cleaning units Elevated operator call light to alert changes in system status Front to back registration of +- 0.5 millimeter Must have a built in purge tray Must be VPAT compliant Must have UL certificate Length must not be greater than 21 feet long Finishing 8x11 thru 13x19 media printing Inline Booklet Finisher, 100-Sheet corner and side stapling minimum, 250 sheet top tray and 3,000 sheet main tray Allows documents to be professionally finished as paginated, duplexed, 20-sheet saddle-stitched and folded booklets with face trim. Must have a post process inserter with dual trays, 200 sheet capacity each for each tray. Must be able to produce up to a 400 page Perfect Bound Book with built in three way trimming. Minimum Book size 5.5 x 7.9 . Maximum book size 8.5 x 11.7 . Please provide glue pricing and yield. Must have the capability to run bleed edge tabs Command Workstation Front End Print Controller Workflow Capabilities: Minimum: FIERY Intel Core i5-4570s processor, 6m cache, up to 3.60Ghz. WINDOWS 7 PROFESSIONAL FOR EMBEDDED SYSTEMS X64 4GB Memory, 1 TB SATA, DVD-RW AND CD-RW Color Control & Job Management Spectrophotometer Connectivity: Ethernet interface (10/100BaseT; 1 GB) Network Interfaces: - TCP/IP AppleTalk Bonjour support SNMP Port 9100 IPP FTP SMB WSD Point and print Print via email (PS/PDF) IPv6 support Ethernet 10/100/1000 Base T Data Stream Options: - Adobe Postscript Level 1,2,3 Adobe Acrobat 8 or higher PDF 1.7 or higher PDF/X PCL5c PCL5e PCL6XL TIFF ASCII JPEG IPDS Security Secure Erase Network protection 802.1x support IP filtering Port blocking (filtering) SSL support (IPP/LDAP/HTTP/POP/SMTP) Certificate management Self-signed certification LDAP support Secure printing Overage Charges: Contractor will provide the price for both black and white and color impressions not covered under the stated 50,000 impression per month. Maintenance: Full service maintenance agreement for either lease or purchase option, supplies are inclusive except staples and paper. Training: Training for at least four employees. Contractor will state if training is inclusive of the purchase price and if not the anticipated cost to train four employees. Color Production Printing System 3 Productivity anticipated usage is 35,000 black and white and 35,000 color images a month: Productivity Simplex & Duplex Printing up to 360gsm paper weight Minimum of 90 pages per minute Color/B&W printing Must be able to self-check for color density on the fly Monthly Max Duty Cycle of 580,000 images minimum Rated continuous monthly volume of 230,000+ images/month Minimum Print Resolution of 4,800 x 1,200 dpi Minimum Paper Capacity of 5,800 sheets from a minimum of 4 sources Air separation and Vacuum Feed paper feed system to accommodate coated/specialty media. Example: Plain Paper, Coated paper, Recycle Paper, Preprinted, Letterhead, Pre-punched, Tab Stock, OHP (Transparency), Translucent Paper, Envelope, Textured Paper, Label paper as well as 8 mil polyester paper Must have a double feed detection system that diverts double fed sheets to an exit tray allowing our print jobs to continue running. Replace toner and paper on the fly Must have the ability to provide a 5th color; clear, white and neon yellow toner. Must have a media detection unit that coincides with a media library Paper Weights of up to 360gsm Auto duplexing of paper weights of up to 360gsm Must have a De-curling and Buffer pass unit We require the capability to replace certain parts of the unit like fuser and cleaning units Elevated operator call light to alert changes in system status Front to back registration of +- 0.5 millimeter Must have a built in purge tray Must be VPAT compliant Must have UL certificate Length must not be greater than 15 feet long Finishing 8x11 thru 13x19 media printing Inline Booklet Finisher, 100-Sheet corner and side stapling minimum, 250 sheet top tray and 3,000 sheet main tray Allows documents to be professionally finished as paginated, duplexed, 20-sheet saddle-stitched and folded booklets. Must have a post process inserter with dual trays, 200 sheet capacity each for each tray. Command Workstation Front End Print Controller Workflow Capabilities: Minimum: FIERY Intel Core i5-4570s processor, 6m cache, up to 3.60Ghz. WINDOWS 7 PROFESSIONAL FOR EMBEDDED SYSTEMS X64 4GB Memory, 1 TB SATA, DVD-RW AND CD-RW Color Control & Job Management Spectrophotometer Connectivity: Ethernet interface (10/100BaseT; 1 GB) Network Interfaces: - TCP/IP AppleTalk Bonjour support SNMP Port 9100 IPP FTP SMB WSD Point and print Print via email (PS/PDF) IPv6 support Ethernet 10/100/1000 Base T Data Stream Options: - Adobe Postscript Level 1,2,3 Adobe Acrobat 8 or higher PDF 1.7 or higher PDF/X PCL5c PCL5e PCL6XL TIFF ASCII JPEG IPDS Security Secure Erase Network protection 802.1x support IP filtering Port blocking (filtering) SSL support (IPP/LDAP/HTTP/POP/SMTP) Certificate management Self-signed certification LDAP support Secure printing Overage Charges: Contractor will provide the price for both black and white and color impressions not covered under the stated 50,000 impression per month. Maintenance: Full service maintenance agreement for either lease or purchase option, supplies are inclusive except staples and paper. Training: Training for at least four employees. Contractor will state if training is inclusive of the purchase price and if not the anticipated cost to train four employees. The following specs are required for all three (3) production Printing Systems and should Composition Process Advanced Pre-press capabilities such as chapter definition, re-pagination, tab creation/manipulation, bleed edge tabs, archiving & printing, booklet imposition and business cards Late-Stage editing capability, without affecting original files (custom imposition/composition, add/delete pages, etc.) Ability to input jobs via USB Drive, CD-ROM Single, unified process for all supplied systems, both color and B&W Production Process Need for proof printing Need for demand reprint Simultaneous Print and RIP on all systems Printer and Document Management Complete Closed-Network system Control of all supplied systems, utilizing the same workflow, from a single workstation Color Profiling and Matching Need complete document control and ability to modify finishing options Integration between controller paper catalog and device paper libraries Ability to Archive Print Jobs PDF workflow for printing and archiving All systems provided with PCL & Adobe PS3 Printing capability Hot Folders / Virtual Printers JDF and JMF capable Print and Mail Workflow Software Contractor must provide a print and mail workflow software that offers the following features and benefits: VA TRM certified software. 508 compliant, with available VPAT. Must support the color production printers, systems 1 and 2, above Must integrate with System 5, below. Produces production control barcodes on every page of every mail piece, to automate inserting by System 5. Runs on Windows 64-Bit physical Server, or logical VMWare Server partition. Accepts PDF files as input, and is capable of indexing the address fields in different locations for different types of jobs. Supports USPS CASS 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. Delivers the mail.dat file directly, and electronically, to the USPS PostalOne! system. 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 user-id logins, one per person Allow dynamic changes to columns included in job-views Remember preferences for screen layout, by user-id, 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. Record all user actions in job logs for accountability and chain-of-custody. Allow print files to be viewed on the spool, prior to paper production. Support searches for particular pages by text fields Allow GUI to run in Spanish, and other languages, for use by VA staff who may use English as a 2nd language. Integrated Inserter in the Print & Mail Room Contractor must provide integrated inserter for the print & mail room that offers the following features: Inserter should have an envelope processing speed of at least 6,000 envelopes per hour. System must include divert capability, conveyer, furniture, installation, testing and go-live support. Support an insert pack thickness of up to 10mm. Accumulation speed of at least 12,000 pages per hour. System should be modular for future enhancements. Inserts into #10, 6 by 9 1/2, 9 by 12, and 10 by 13 (flats) sized envelopes. Job changeover should be automatic, and be able to be done in a matter of minutes. Noise level rating should be no more than 75dbA. Folding capacity should be a minimum of 8 sheets. Automatic job set up with unlimited preprogrammed job presets. Variable speed control for increasing or decreasing speed of machine during operation. Must have a diverter so machine can divert material and continue running. Ability to provide management reports on jobs. System must fit in to a 10 by 6 space. High Capacity Versatile Feeder Contractor must provide integrated a High Capacity Versatile Feeder that offers the following features: Envelope feeder should hold a minimum of 800 #10 envelopes Document feeders should hold a minimum of 2,000 sheets Barcode Reading Capability Contractor must provide integrated barcode reading capability that offers the following features: Be able to read different barcode placements on both the front and back of a page. Be able to read 3-of-9 barcodes, or 2d barcodes, placed at any location and orientation on the page. Must be proven to read the generated barcodes, in order to create automated inserting of VA outbound mail pieces Intelligent Inserter Software Contractor must provide integrated software that offers the following features: · Includes keyboard, mouse, and scanner to scan every mail piece, and provide a user interface on the inserter. · Interfaces directly to create a real-time closed loop tracking system that tracks each piece of outbound mail. The mail pieces must be tracked as they enter the inserter all the way through the inserter, and it must be reported back to when pieces have exited the inserter. · Accepts files identifying, each piece to be created in a job, and how many pages each piece has. Checks the file received and identifies any missing or incomplete mail pieces during production. Sends back an update files, identifying all missing, damaged, or incomplete mail pieces that need to be re-printed, and re-inserted. Cabinet Contractor must provide a cabinet to house components, adjacent to integrated inserter. The cabinet should have the following features: Holds all components of integrated inserter Is located adjacent to integrated. Is of dimensions 23 5/8th x 23 3/4 inches PRICING INFORMATION Contractor should provide pricing based on: Purchase of three (3) each Production Printers to include overage charge and maintenance agreement, training and replacement supplies. Pricing should be broken out as a base year with three (3) option periods. Price to lease three (3) each Production Printers to include overage charge and information on what supplies/services are inclusive of the leasing agreement. Pricing should be broken out as a base year with three (3) option periods.

U.S. Department of Veterans Affairs;Office of Acquisition Operations;Strategic Acquisition Center;10300 Spotsylvania Ave | STE 400;Fredericksburg VA 22408-2697Location

Place Of Performance : U.S. Department of Veterans Affairs;Office of Acquisition Operations;Strategic Acquisition Center;10300 Spotsylvania Ave | STE 400;Fredericksburg VA 22408-2697

Country : United States

Classification

532 -- Rental and Leasing Services/532420 -- Office Machinery and Equipment Rental and Leasing
naicsCode 532420Office Machinery and Equipment Rental and Leasing
pscCode 75OFFICE SUPPLIES AND DEVICES