Washington Bids > Bid Detail

3610--CANON PLOTWAVE 3500 MFP "BRAND NAME OR EQUAL TO CANON" IAW SOW MUST PROVIDE AN AUTHORIZED DISTRIBUTOR LETTER IF YOU ARE NOT THE MANUFACTURER

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 36 - Special Industry Machinery
Opps ID: NBD00159148982955779
Posted Date: Aug 17, 2023
Due Date: Aug 23, 2023
Solicitation No: 36C24523Q1091
Source: https://sam.gov/opp/fe298a6ac9...
Follow
3610--CANON PLOTWAVE 3500 MFP "BRAND NAME OR EQUAL TO CANON" IAW SOW MUST PROVIDE AN AUTHORIZED DISTRIBUTOR LETTER IF YOU ARE NOT THE MANUFACTURER
Active
Contract Opportunity
Notice ID
36C24523Q1091
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 17, 2023 05:27 pm EDT
  • Original Response Date: Aug 23, 2023 03:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 02, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 3610 - PRINTING, DUPLICATING, AND BOOKBINDING EQUIPMENT
  • NAICS Code:
    • 323111 - Commercial Printing (except Screen and Books)
  • Place of Performance:
    Washington DC VA Medical Center 50 Irving Street NW , 20422
    USA
Description
THIS REQUEST FOR INFORMATION (RFI) - IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION.
THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e).

SEE ATTACHMENT FOR DETAILS:

CANON PLOTWAVE 3500 MFP

BRAND NAME OR EQUAL TO CANON

MUST PROVIDE AN AUTHORIZED DISTRIBUTOR LETTER IF YOU ARE NOT THE MANUFACTURER
This is a requirement for:

U.S. Department of Veterans Affairs Washington DC VA Medical Center (VAMC).
DESCRIPTION:

The Washington DC VAMC requires the contractor to deliver within 60 days from contract award to the VA medical facility warehouse below during normal business hours from 8:00 a.m. to 3:30 p.m. (EST), Monday through Friday:

Delivery to:
U.S. Department of Veterans Affairs
Washington DC VA Medical Center
WAREHOUSE
50 Irving Street NW
Washington DC, 20422
DISCLAIMER:

This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
Note: The contractor shall deliver required commodities (Please see attachments) no later than 60 days or less from date of award, unless otherwise directed by the Contracting Officer (CO). Commodities shall not be delivered to the Government site on Federal holidays or weekends unless directed by the CO. Delivery shall be made between the hours of 8:00 am and 3:30 pm of the delivery location, during normal workday business hours.
The U.S. Government is Performing Market Research to identify responsible sources who have the skills, experience, and knowledge required to successfully meet the requirements. Information received from Market Research will determine the best acquisition strategy and if responsible sources exist for competition, and/or a total Small Business Set-Aside. This is only for Market Research but may result in an invitation to an open discussion with the U.S. Government. This notice is not to be construed as a commitment by the U.S. Government. All information is to be submitted at no cost or obligation to the U.S. Government.
Any information submitted by respondents to this notice is strictly voluntary. Propriety information or trade secrets should be clearly marked. Information received will not be returned. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of this Sources Sought notice/market survey.
The U.S. Government is not obligated to notify respondents of the results of this notice. All responses to this Sources Sought must be submitted to the point of contact listed herein. This does not constitute a commitment, implied or otherwise, that procurement will be accomplished and is not a request for proposal or invitation for bid. Responding to this notice in no manner guarantees a contract will be awarded.
**Respondents to this source sought announcement capable of manufacturing these items should at a minimum provide the following information for U.S. Government review**

Legal Business/Company Name (as it is indicated in www.sam.gov).

Unique Entity ID UEI (SAM) and DUNS Number

Contract Number: GSA or Open Market (SAM.GOV).

If GSA Contract, what schedule and SIN.

Warranty Information (Can be a separate attachment)

Point of Contact Name

Telephone number and email address.

Must provide an Authorized Distributor or Reseller letter if you, not the manufacturer.

Must provide Manufacture Name (OEM) & Manufacturer Part # (MPN).

Must identified each line items are on the Open Market (SAM.GOV) or on the GSA.

Suggested NAICS Code and PSC code appropriate for this requirement.

The Government intends to award a Firm-Fixed Price (FFP) contract for this purchase.
To be considered for award, prospective quoters must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov . Prospective awardees MUST be registered with the System for Award Management (SAM) at http://www.sam.gov. PRIOR TO AWARD and through final payment and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN COMPLETED. SDVOSB and VOSB socio-economic categories MUST be verified in the SBA Website, U.S. Small Business Administration: https://veterans.certify.sba.gov, at the time of receipt of quotes and at the time of award.

Responses to this notice shall be submitted via email: Mohsin.Abbas2@va.gov. No Telephone responses shall not be accepted. Responses must be received no later than Wednesday, August 23, 2023, by 3:00 PM EST.

Responses to this Sources Sought notice will be utilized by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought notice, a solicitation announcement may or may not be published in SAM.GOV/Open Market or GSA eBuy.
Attachment 1: GRAY MARKET PREVENTION LANGUAGE:

A.1 VAAR 852.212-71 GRAY MARKET ITEMS (APR 2020)
(a) No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA medical facilities.
(b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.
(End of Clause)

A.2 VAAR 852.212-72 GRAY MARKET AND COUNTERFEIT ITEMS (MAR 2020)
(a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory.
(b) No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics.
(c) Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.
(End of Clause)

FAR 52.212-2 Evaluation-Commercial Items:
Must provide an authorized distributor or reseller letter if you are not the manufacturer. A copy of the authorized distributor or reseller letter from the manufacturer to verify that you are an authorized distributor or reseller of the products/services. SHALL BE SUBMITTED WITH THE QUOTE AND IS MANDATORY WHEN QUOTE IS SUBMITTED DURING THE SOLICITATION RFQ PHASE.




STATEMENT OF WORK (SOW)
CANON PLOTWAVE 3500 MFP PLOTTER
WASHINGTON DC VA MEDICAL CENTER

Contract Title. The current OCE Plotwave 300 Plotter device is at its end of life for service and needs to be replaced.

Background. The current OCE Plotwave 300 Plotter device is at its end of life for service and needs to be replaced.

Scope of Work. The procurement shall include all parts, materials, labor, software/licenses, resources, and training required to implement and utilize the equipment/system to their fullest capacity. All items must be covered by manufacturer s warranty and procured through a manufacturer-approved distribution channel. Distributers and resellers must be able to document ability to provide items through manufacturer-approved distribution channels upon request.

Specifications.

4.1 Equipment
Line-Item Description
Quantity
Canon Plotwave 3500 MFP Plotter
1

4.2 Required Features:
Brand Name or Equal to Canon
Must have the following features to be equal to Canon.

1. New Image Logic scanning functionality.
2. Multipage and Archived BW and Color Scanning capabilities.
3. Multiple document formats (TIF, PDF, & CAL) scanning functionality.
4. Use of varied Media (Bond, Vellum, Polyester and 3.5mil Film types).
Must be compatible with OCE network.

This OCE network platform is compatible with Canon.

It has been previously approved by the Office of Information and Technology for use on the VA network and used by Facilities Management Service. Obtaining new product approvals are a lengthy process, 3-4 months once the Plotter has been delivered.

Canon is compatible with our computer network platform and does not require additional OIT approvals.

5.1 Delivery.
All equipment shall be delivered to:
Washington DC VA Medical Center
50 Irving St NW
Washington, DC 20422
ATTN: Milton L. McCall Jr., RM BH-110?
Contract VA Purchase Order (PO) number shall be included with delivery information (e.g., packing slip).
Note: PO number starts with station code 688 followed by a letter and 5 digits (e.g., 688A12345)
Delivery Hours: The Warehouse is open to receive deliveries Monday through Friday, 8:00 a.m. to 4:00 p.m., excluding holidays.
Contractor shall coordinate delivery with the on-site Point of Contact (POC) and provide shipment tracking information.
Contractor shall verify delivery date and time with the on-site POC at least 3 business days prior to scheduled delivery.
Delivery is required within 90 days from award of the contract.

5.2 On Site Procedures.
COVID-19 Screening: All persons entering the facility shall be subject to screening for COVID-19 per the current CDC (Center for Disease Control) guidelines.
Mask Requirement: All contractors shall wear masks while indoors.
Contract personnel are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government Officials.
Time spent on site shall be for a period sufficient to complete the work set forth in the statement of work.
On site visits shall be scheduled in advance with the designated on-site POC.
Contractor shall check in and out with Biomedical Engineering prior to visiting the worksite for each day of work. (Include for medical equipment only)
The VA campus is non-smoking. Contractor personnel are required to comply with this policy.
Parking: it is the responsibility of the Contractor to park in the appropriate designated parking areas.
Contractor personnel s tool bags are subject to inspection.

5.3 Installation/Implementation.
Installation/Implementation will be completed by personnel certified and knowledgeable with the designated equipment/system.
Installation shall be completed within the period of performance.
Contractor shall be responsible for any Personal Protection Equipment (PPE) required when performing work on site.
Contractor shall submit all removable media to be used on a VA system to Biomedical Engineering for scanning with anti-virus software prior to use. (Include for medical equipment only)
In the case turn-in, exchange, repair, or replacement of equipment containing hard drives used by the VA, the hard drives shall be removed from the equipment and remain in possession of the VA (this includes loaned or rented equipment).
The contractor shall take all necessary precautions to prevent damage to any government property. The contractor shall report any damages immediately and shall be assessed current replacement costs for property damaged by the contractor, unless corrective action is taken. Any damaged material (i.e., trees, shrubs, lawn/turf, curbs, gutters, sidewalks, etc.) will be replaced in a timely manner or corrected by the contractor with like materials, at no extra cost to the government, upon approval of the Contracting Officer.

5.4 Training.
Contractor shall be responsible for providing training to clinical staff/users.
Training is to be scheduled in advance with the designated on-site POC.
Education shall be provided prior to and/or at time of installation.
Education professional shall be certified to provide instruction on the designated equipment/system.
Education curriculum must include: operations and set-up, user maintenance, safety, and user troubleshooting tips.

5.5 Inspection and Acceptance.
Contractor shall conduct a joint inspection with the on-site POC upon completion of installation.
In the event deficiencies are identified, the contractor shall provide the date when the identified deficiencies will be addressed if not addressed on the date of installation. The Contractor shall conduct a joint inspection with the on-site POC after addressing all deficiencies. All deficiencies identified in the joint inspections shall be corrected by the Contractor prior to Government acceptance of the item. Any disputes shall be resolved by the Contracting Officer.

5.6 Deliverables.
The Contractor shall provide the below documentation for the proposed equipment to VHAWASEquipmentRequests@va.gov within 10 business days of work completion:
Service report.
Warranty information.
Electronic copy of the Operators Manual.
Electronic copies of the complete technical service manuals, including troubleshooting guides, necessary diagnostic software and equipment information, schematic diagrams, and parts lists.

Hours of Operation.

DC VAMC s normal business hours are Monday-Friday, 8:00 am to 4:30 pm, excluding observed Federal holidays:
New Year s Day
Labor Day
Martin Luther King s Birthday
Columbus Day
President s Day
Veteran s Day
Memorial Day
Thanksgiving Day
Juneteenth
Christmas Day
Independence Day
Any other national holiday as declared by the President of the United States
Period of Performance.

Delivery is expected within 60 days from contract award.

Invoicing.
Contractor shall submit a consolidated invoice monthly in arrears of the month for which services are being billed. One all-inclusive monthly invoice shall be provided, which shall contain an invoice number, contract number, obligations order number, and an itemized list of services provided. An acceptable master (all-inclusive) itemized list of services shall be agreed to between the Contractor and the COR prior to submission of the first invoice.

All invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests.

VA s Electronic Invoice Presentment and Payment System (IPPS) The VA Financial Services Center (FSC) uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website to begin submitting electronic invoices, free of charge:
http://www.tungsten-network.com/US/en/veterans-affairs/.

More information on the VA FSC is available at: http://www.fsc.va.gov/einvoice.asp.

Vendor e-Invoice Set-Up Information:
To begin submitting your electronic invoices to the VA FSC for payment processing, free of charge, please contact Tungsten at the below phone number or email address:
Tungsten e-Invoice Setup Information: 1-877-489-6135
Tungsten e-Invoice Email: VA.Registration@Tungsten-Network.com

If you have a question about the e-invoicing program or Tungsten, please contact the FSC at the below phone number email address.
FSC e-Invoice Contact Information: 1-877-353-9791
FSC e-Invoice Email: vafsccshd@va.gov

Contract Type.

Firm-Fixed Priced Contract

Evaluation Factors.

Salient features as specified in SOW under 4, Specifications.
Price
Must provide an Authorization Distributor letter from the manufacturer.
Delivery Lead Times




LINE-ITEM DESCRIPTION

CANON PLOTWAVE 3500 MFP PLOTTER FOR DC VAMC

BRAND NAME OR EQUAL TO CANON

B.3 PRICE/COST SCHEDULE
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

1.00
BD
__________________
__________________

CANON PLOTWAVE 3500 MFP
PLOTTER BUNDLEWITH TONER

"BRAND NAME OR EQUAL TO CANON

CONTRACT TYPE: FIRM-FIXED PRICE
PRINCIPAL NAICS CODE: 323111 - Commercial Printing (except Screen and Books)
PRODUCT/SERVICE CODE: 3610 - Printing, Duplicating, and Bookbinding Equipment
MANUFACTURER PART NUMBER (MPN): PLOTWAVE 3500 MFP
LOCAL STOCK NUMBER: PLOTWAVE 3500 MFP


GRAND TOTAL
__________________
B.4 DELIVERY SCHEDULE
ITEM NUMBER
QUANTITY
DELIVERY DATE
0001
SHIP TO:
U.S. DEPARTMENT OF VETERANS AFFAIRS
WASHINGTON DC VA MEDICAL CENTER
50 IRVING STREET NW
WASHINGTON, DC 20422
USA

1.00
DELIVERY IS EXPECTED WITHIN 60 DAYS ARO

MARK FOR:
MILTON MCCALL
202-745-8000 EXT: 54091
MILTON.MCCALL@VA.GOV.

Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 17, 2023 05:27 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >