Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2007 FBO #2081
SOLICITATION NOTICE

W -- OPM FEI Copier Lease

Notice Date
8/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
532420 — Office Machinery and Equipment Rental and Leasing
 
Contracting Office
Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting Group, 1900 E Street, N.W., Room 1342, Washington, DC, 20415-7710, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
OPMFEI08062007
 
Response Due
8/20/2007
 
Archive Date
9/4/2007
 
Description
Replacement copier System The Federal Executive Institute This is a new competitive procurement that will result in the award of a contract for a lease of one color and two networked black/white high speed copier/printer/scanner systems to replace existing systems at the (OPM), Office of Personnel Management?s, Federal Executive Institute (FEI) in Charlottesville, Virginia. GENERAL REQUIREMENTS Two high speed B/W and one high speed Color copier/scanner/printers will be installed in the copy center in the FEI main building located in Charlottesville Virginia. Comprehensive technical support and timely system repair and maintenance are required. Installation must be coordinated with the Xerox Corporation to facilitate changeover of new systems concurrent with removal of existing Xerox systems with minimal downtime Technical coordination with OPM IT personnel for installation of appropriate drivers and any all other technical requirements necessary to enable networking features at time of installation is required. Systems must have a footprint small enough to fit in the copy center with an overall length of each system not to exceed 102 inches when fully configured. Copy center room usable floor space is approximately 14X17 feet. Minimum of two operational training sessions for FEI staff when installation is completed and three additional follow-on training sessions by appointment if such training is needed are required. System minimum specifications/features COLOR SYSTEM- One system required. Copy resolution minimum 600X600dpi Print resolution minimum 600X600dpi Color/ B&W/ copier/ scanner/ printer @ minimum 50ppm B&W, 50ppm Color. Networked on existing OPM network to act as group printer/scanner/copier. System duty rating of 200,000 copies/month Automatic differentiation between Color and B&W copies configurable to default to B&W copy and print t to allow for differential billing. Scan to text searchable PDF at the device without client software at workstation requirement. Print language postscript and PCL required Finisher must collate, staple, three hole punch and produce booklets. Tab insertion of up to 5 separate tabs required. Minimum of four input trays plus one 2500 sheet letter size high capacity tray or two 1600 sheet stacked trays. Color scanning speed minimum 50ipm @300dpi and B&W scanning 70ipm @300dpi Manufacturer NIAP and ADA 508 certification statements required to address ADA accessibility and security issues. Paper handling for 80lb heavy weight cover sheets. B/W SYSTEM- Two systems required B&W/ copier/ scanner/ printer minimum @ 95ppm B&W. Networked on existing OPM network to act as group printer/scanner/copiers. System duty rating of 200,000 copies/month Scan to PDF on device without client software. Print language postscript and PCL required Both finishers must collate, staple and three hole punch. Both machines mush have an interposer to allow post process insertion of color pages into multi-page B&W documents. One finisher must also saddle stitch booklets. Tab insertion of up to 5 separate tabs. A minimum of four input trays and an additional 3000 sheet letter size high capacity tray or two 1600 sheet stacked trays. Two sided scanning. Manufacturer NIAP and ADA 508 certification statements to address ADA accessibility and IT security issues. 80 lb. paper handling for cover sheets is required. Vendor Requirements Without exception the vendor must have servicing technicians in their direct employ. Technicians must regularly operate from a home duty station within 50 miles of FEI. Successful offeror must offer same business day emergency repair service and routine service request response time of 24 hours. Technicians must be certified for repair by manufacturer for the offered copier. Offeror must provide a list of the technical staff individuals and list their experience, certifications, and qualifications in repair and maintenance of the offered systems. Proposals citing vendor ?partner? arrangements and sub-contractors to meet technical support requirements are not acceptable and will be rejected. Vendor must offer a 60 month lease with per copy unit pricing for up to 90,000 per month for each B&W system and 30,000 copies per month for the color system. Vendor must provide fixed overage pricing for the entire term of the lease including overage charges for copies over the projected maximum copies pr month. Vendor must offer quarterly billing. Vendor must coordinate installation of new systems to immediately follow removal to include coordination with OPM IT personnel for connectivity issues and FEI maintenance personnel for electrical power issues. Acceptable equipment examples that when properly configured will meet the requirements of this solicitation XEROX 4595 B&W system XEROX 7665 Color B&W system Canon Image Runner 7095 B&W system Canon Image Runner 5180i Proposal submission Cost Provide proposals with 60 month per machine costs listed separately. Include each machine monthly lease/maintenance/supply cost. Include all per copy charges for each machine for B& W and for B& W and/or Color on the color system. Base your proposal on a total possible projected maximum usage of 90,000 copies per machine per month for the B&W systems and 30,000 copies per month for the color system. Provide overage per copy charges for each machine for usage above the maximum projected amounts. Provide all pricing for all additional costs for staples, toner and all other required maintenance items not included in the lease/maintenance/supply monthly charge. Indicate all GSA pricing as applicable Provide all additional installation costs and other costs not identified in this proposal required to complete the installation. The Federal Executive Institute is a Federal Government facility and is not liable for any sales or property tax. Any and all fees, charges or taxes associated with the leasing are the responsibility of the offeror and can not be passed on to or charged directly to the Federal Executive Institute. System Technical Features Please be certain to address all of the system minimum specifications/features in your proposal indicating compliance with all requirements including specifications, machine size, and a deployment plan to include installation plan and a training plan. Technical Support Staff List the number of technical staff certified to service the offered systems and their professional qualifications including years of experience maintaining copier systems and their home duty stations. Provide at least three verifiable local references of users of systems in current operation that were installed and are now being maintained by the offeror. This solicitation will only be offered electronically Proposals will be evaluated and scored primarily by best value to government and cost. The procurement will not be split and will be awarded for all three machines based on overall best value proposal The award may be made without discussion Technical questions regarding this RFP can be directed to James Davey. E-mail james.davey@opm.gov Contract questions regarding this proposal can be directed to Bonnie Boston. E-mail bonnie.boston@opm.gov Proposals are to be submitted to Bonnie Boston The Federal Executive Institute 1301 Emmet Street Charlottesville, VA 22903 E-mail james.davey@opm.gov Submission Deadline Proposals must be received by 4PM August 20th, 2007 Award will be made on or about August 23th, 2007
 
Record
SN01363791-W 20070808/070806222047 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.