Computer Tenders
Computer Tenders
Municipality Of Narra, Palawan Tender
Chemical Products
Philippines
Description: Supply And Delivery Of Laptop Computer For Dilg Office , Information Technology ,municipality Of Narra, Palawan
Closing Soon17 Feb 2025
Tender AmountPHP 120 K (USD 2 K)
Manolo Fortich National High School Tender
Publishing and Printing
Philippines
Details: Description 12 Gallons Alcohol, 70%, Ethyl 6 Packs Battery, Aa, 4 Pcs Per Pack 6 Packs Battery, Aaa, 4 Pcs Per Pack 75 Tube Cutter Blade, Heavy Duty Cutter, 10 Pieces Per Tube 75 Piece Cutter Knife, Heavy Duty 1liter Padding Glue, 1 Liter 75 Pcs Pentelpen, Broad, Black 75 Pcs Pentelpen, Fine, Black 75 Piece Puncher, Paper, Heavy Duty, One Hole Guide, 1 Piece In Individual Box 24 Pcs Sign Pen, 0.7mm, Blue 24 Pcs Sign Pen, 1.0mm, Blue 6 Pcs Sign Pen, 1.0mm, Green 6 Pcs Sign Pen, 1.0mm, Magenta 6 Pcs Sign Pen, 1.0mm, Violet 6 Pcs Stamp Pad, Felt 6 Boxes Staple Wire, Heavy Duty #10 75 Boxes Staple Wire, Heavy Duty #35 6 Pcs Stapler, Small (#10) 75 Pcs Stapler, Standard 36 Rolls Tape, Double-sided,1 Inch 36 Rolls Tape, Masking,1 Inch 36 Rolls Tape, Packaging 36 Rolls Tape, Transparent, 1 Inch 6 Rolls Tape, Duct, Blue 6 Rolls Tape, Duct, Violet 6 Rolls Tape, Duct, Black 2 Units Calculator, Hd 1 Unit Paper Shredder 24 Bottles Computer Ink, Epson 003 Black 12 Bottles Computer Ink, Epson 003 Cyan 12 Bottles Computer Ink, Epson 003 Magenta 12 Bottles Computer Ink, Epson 003 Yellow 24 Bottles Computer Ink, Epson 664 Black 12 Bottles Computer Ink, Epson 664 Cyan 12 Bottles Computer Ink, Epson 664 Magenta 12 Bottles Computer Ink, Epson 664 Yellow 6 Pcs Solid State Drive 1tb/2tb (replacement Part) 3 Pcs Wireless Optical Mouse (rechargeable) 50 Pcs Broom, Soft (tambo) 50 Pcs Broom, Stick (tingting) 6 Pcs Cleaning Gloves (m/l/xl) 300 Packs Detergent Powder, All Purpose, 500 Grams 18 Pcs Dishwashing Paste 400 Grams 75 Pcs Dust Pan, Non-rigid Plastic 1000 Boxes Floorwax 18 Packs Gloves, Plastic 36 Cans Insecticide, Aerosol Type 12 Packs Trashbag, Plastic, Medium 12 Packs Trashbag, Plastic, Xl 12 Packs Trashbag, Plastic, Xxl 75 Bottles Zonrox, Lemon/floral Scent, 1 Liter 3 Pcs Garden Rake 10boxes Metal Fastener 70mmx8inches
Closing Soon17 Feb 2025
Tender AmountPHP 374.2 K (USD 6.4 K)
Madhyanchal Vidyut Vitran Nigam Limited - MVVNL Tender
Works
Electrical Works...+1Electrical and Electronics
Eprocure
India
Description: The Work Of Annual Maintenance Of Computers/laptops Ups And Printers Keeping In Healthy Condition In The Jurisdiction Of Electricity Division Circle Akbarpur (ambedkarnagar)
Closing Soon18 Feb 2025
Tender AmountINR 200 K (USD 2.2 K)
Planning Department Tender
Goods
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
GEM
India
Description: CATEGORY: Multifunction Machine MFM (V2) (Q2) , Entry and Mid Level
Desktop Computer (Q2) , Line Interactive UPS with AVR (V2)
(Q2)
Closing Date1 Mar 2025
Tender AmountRefer Documents
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender
Civil And Construction...+2Others, Building Construction
United States
Details: Sources Sought Notice – Upgrade Mechanical Systems At The Component Refurbishment And Chemical Analysis (crca)
nasa/ John F. Kennedy Space Center (ksc) Is Hereby Soliciting Information From Potential Sources For Upgrade Mechanical Systems At The Component Refurbishment And Chemical Analysis (crca).
the National Aeronautics And Space Administration (nasa) Ksc Is Seeking Capability Statements From All Interested Parties, Including All Socioeconomic Categories Of Small Businesses And Historically Black Colleges And Universities (hbcu)/minority Institutions (mi) For The Purposes Of Determining The Appropriate Level Of Competition And/or Small Business Subcontracting Goals For Upgrade Mechanical Systems At The Component Refurbishment And Chemical Analysis (crca). The Government Reserves The Right To Consider A Small, 8(a), Women-owned (wosb), Service-disabled Veteran (sd-vosb), Economically Disadvantaged Women-owned Small Business (edwosb) Or Hubzone Business Set-aside Based On Responses Received.
the North American Industry Classification System (naics) Code For This Procurement Is 236220-14, Clean Rooms-installation & Equipment With A Small Business Size Standard Of $45 Million. Clean Rooms-installation & Equipment Is A Specialized Industry That Involves The Construction And Installation Of Clean Rooms In Commercial And Institutional Buildings. Clean Rooms Are Designed To Maintain A Controlled Environment With Low Levels Of Pollutants Such As Dust, Airborne Microbes, Aerosol Particles, And Chemical Vapors. These Rooms Are Used In A Variety Of Industries Such As Pharmaceuticals, Biotechnology, Electronics, And Aerospace, Where The Manufacturing Process Requires A Sterile Environment. The Installation Of Clean Rooms Involves The Use Of Specialized Equipment And Materials To Ensure That The Room Meets The Required Standards.
scope Of Work
the Project Involves Phased Construction To Maintain Continued Operation Of The Multiple Shift Cleanroom Activities Within The Existing Crca Facility. The Project Is Focused On Accomplishing Three Main Objectives: 1) Renovation Of An Existing Metal Building To Accommodate New Use For Shipping & Receiving. 2) Renovation Of The Existing Shipping & Receiving Area To Convert The Space Into A New 2,400 Square Foot Clean Room. 3) Renovations To The Existing 4,000 Square Foot Clean Room Will Begin Once The New Clean Room Is Operational.
the Renovations Of The Existing Metal Building Include Minor Architectural Work, New Electrical And Telecommunications Outlets To Accommodate User Workstations, A New Hvac System, And Reuse Of Existing Fire Protection And Fire Alarm Systems.
the Renovations Of The Existing Shipping & Receiving Area Involve The Creation Of New Iso 5 And Iso 6 Clean Room Areas With Air Shower And Gowning Vestibule, New Hvac System Utilizing An Integrated Air Plenum/ceiling System With Hepa Filtration, Plenum Fans, Fire Protection Sprinklers, And Lighting. The Work Includes A New Structural Support System To Suspend The New Clean Room Plenum From New Columns With New Footings. Utility Services For The Clean Room Area Are To Be Extended From Existing Systems Originating From Other Areas Of The Building, Including New Power Distribution, Piped Solvent Fluid, High Pressure Gaseous Nitrogen 15,000 Psig And 8,600 Psig, Gaseous Helium 15,000 Psig, And Demineralized Water. New Spaces To Support The Clean Room Include Storage Areas And A New Mechanical Room Housing Air Handling Equipment, Process Waste Sump, And Electrical Panels. The Mechanical Room Includes A Staircase With Access To A Walkable Mezzanine Area Above The Clean Room, Utilizing The New Plenum Structural System. The New Iso 5 And Iso 6 Clean Room Areas Will Need To Be Certified For Iso 14644 Operating Standard And Meet Nasa Specific Requirements For Cleanroom Operation Handling Spacecraft Hardware.
the Renovations To The Existing Iso 5 And Iso 6 Clean Room Areas Mainly Include Demolition Of The Current Hepa Ceiling System, Lighting, And Fire Sprinklers Along With Installation Of A New Ceiling System With New Hepa Filtration, New Lighting, New Fire Sprinklers And New Support Hangers. The Existing Clean Room Hvac System Above The Pressurized Plenum Will Remain. Other Work Includes Cleaning Below The Existing Raised Floor, And Modifications To The Existing Control System. The Existing Fire Alarm Control Panel For The Crca Is Obsolete And Must Be Replaced In Order To Interconnect With New Fire Alarm Devices In The Areas Of Renovation. The Clean Room Will Require Re-certification At The Specified Iso Levels.
no Solicitation Exists; Therefore, Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released, It Will Be Synopsized On Sam.gov. Interested Firms Are Responsible For Monitoring This Website For The Release Of Any Solicitation Or Synopsis.
interested Firms Having The Required Capabilities Necessary To Meet The Above Requirement Described Herein Should Submit A Capability Statement Of No More Than Ten Pages Indicating The Ability To Perform All Aspects Of The Effort.
the Capabilities Statement Package Must Include, As A Minimum The Following:
a One-page Cover Sheet Referencing Source Sought Notice “80ksc025zcs003l” Capabilities Statement – “upgrade Mechanical Systems At The Component Refurbishment And Chemical Analysis (crca)” At Kennedy Space Center, Florida 32899.
1. Company Name, Unique Entity Id, Cage Code, Address, Description Of Principal Business Activity, And Primary Point Of Contact (e-mail Address And Phone Number).
2. Provide Your Firm’s Number Of Employees And State Whether Your Firm Is A Large Or Small Business In Naics Code 236220-14. State Your Firm’s Principal Business Activity; And Specifically Identify If You Are A Vosb, Wosb, Hubzone Small Business, Or An 8(a) Small Business.
3. Financial Capability – Provide Bonding Capacity Of Your Firm, A Copy Of The Most Current Balance Sheet And Income Statement, And The Firm’s Average Annual Revenue For The Past 3 Years.
4. Experience – Provide The Number Of Years In Business And Listing Of Relevant Work Performed In The Previous 5 Years. For Each Example Of Relevant Experience, Identify Whether It Is A Contract As A Prime Contractor, Task Order Within A Larger Contract As Prime Contractor, Or A Subcontract To A Prime Contractor. For Each Example Of Relevant Experience, Identify The Start Date, Completion Date (or Ongoing), And The Contract, Task Order, Or Subcontract Value, As Applicable. Please Provide A Point Of Contact Name, Email Address And Phone Number. Relevant Work For The Purposes Of This Notice Can Be Defined As, But Not Limited To, The Following:
A. The Contractor Must Have Demonstrated Clean Room Renovation And/or New Clean Room Construction Experience With The Procurement, Installation, Activation, Testing, And (re)certification Of Iso 5 Systems Or Higher.
I. Identify If You Were The Prime Contractor Directly Self-performing The Work, A Subcontractor Directly Performing The Work, Or Serving As The Prime Contractor With A Subcontractor Performing The Work.
B. Contractor Must Have Demonstrated Experience Implementing And Testing Plumbing System And High-pressure Piping Systems Which Complies With Asme B31.3 Process Piping Standard. This Project Will Have Various Gasses From High Pressure Helium And Nitrogen, Ranging From 15,000 Psig To 350 Psig, Which Will Require Pressure Vessel System Certification.
C. The Contractor Must Have Demonstrated Electrical System Construction Experience With The Procurement, Installation And Testing Of Electrical System Related To Hvac Equipment, 480/208 Volt Electrical Panels, And Powering Complex Lighting Systems As Those Found In Clean Room Ceiling Systems.
D. The Contractor Must Have Demonstrated Hvac And Mechanical System Construction Experience With The Procurement, Installation And Testing Of Highly Environmentally (temperature, High/low Humidity) Controlled Areas And Complex Controls Systems As Those Used In Clean Rooms.
E. The Contractor Must Have Demonstrated Experience Working With Existing Building Automation Systems Related To Cleanrooms Or Laboratory Controls, Which Included Interfacing The New Equipment Controls With Existing Legacy Controllers And Validating Successful Integration.
F. The Contractor Must Have Demonstrated Fire Suppression And Fire Alarm Installation Experience In An Operational Facility, Which Involved Modifying Existing Systems, Including The Installation And Testing Of Fire Alarm Panels And Fire Alarm Field Devices.
G. The Contractor Must Have Demonstrated Experience With Performance Of Projects In An Operational Facility Where Operations Must Continue Uninterrupted Thru The Duration Of The Project.
H. The Contractor Must Have Demonstrated Experience With Preparation Of Computer-generated Engineering Shop Drawings, As-built Documentation, And Operations & Maintenance (o&m) Manuals.
all Responses Shall Be Submitted Electronically Via Email To Randall Gumke, Lead Contracting Officer And Lacorsha Noel, Nasa Contracting Officer, At Email Addresses: Randall.a.gumke@nasa.gov And Lacorsha.d.noel@nasa.gov No Later Than 12:00 Pm Est On February 26, 2025. Please Reference 80ksc025zcs003l Or Upgrade Mechanical Systems At The Component Refurbishment And Chemical Analysis (crca) In Any Response.
this Synopsis Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation. Respondents Deemed Fully Qualified Will Be Considered In Any Resultant Solicitation For The Requirement.
note: If A Solicitation Is Issued, It Is Anticipated The Specifications And Drawings For This Project Will Have An Export Determination Of Ear 99 – Ear Controlled – Itar Controlled And Are Considered Controlled Documents. Therefore, Download Of Documents Won’t Be Permitted Until Requesters Have Been Cleared Through The Defense Logistics Information Service (dlis). Please Begin Dlis Registration Immediately Since Clearance Could Take A Couple Of Weeks. All Contractors Interested In Receiving Drawings And Specifications For This Project Must Ensure They Have Been Screened By The Defense Logistics Agency (dla) Joint Certification Program (jcp) By Completing A Dd Form 2345. To Complete The Dd Form 2345, Go To The Website Https://www.dla.mil/hq/logisicsoperations/services/jcp/, In The Search Box Enter “joint Certification”, Select “jcp Dd Form 2345 Instructions”. This Process Does Take Time And The Government Encourages Contractors To Start As Soon As Possible.
if A Contractor Has Been Previously Screened By Dla They Can Verify If Their Status Is Still Active By Utilizing Their Cage Code At: Https://public.logisicsinformationservice.dla.mil/jcp/search.aspx.
notice Is Hereby Provided That Access To The Drawings And Specifications Will Be Limited To Offerors Certified By Dla.
Closing Date26 Feb 2025
Tender AmountRefer Documents
NATIONAL PARK SERVICE USA Tender
Security and Emergency Services...+2Electrical and Electronics, Electrical Works
United States
Details: Fols - Replace Alarm System And Electrical Panelsources Sought (market Survey): The National Park Service (nps) Is Conducting A Market Survey To Determine The Interest And Capability Of Contractors For A Possible Upcoming Project. All Costs Associated With Providing Information In Response To This Market Survey Shall Be The Responsibility Of The Firm. Any Information Submitted Is Voluntary. The Contracting Officer Will Make An Acquisition Strategy Determination Based On The Results Of This Market Survey. Prime Contractors Interested In Working At Fort Larned National Historic Site The Work Will Consist Of:intrusion And Fire Alarm: Provide A New Addressable Alarm System With Managing Computer System In Nine Historic Structures And The Park¿s Maintenance Facility. The New Intrusion/fire Alarm System Will Have Passive Inferred Intrusion Sensors, And Magnetic Door Contacts, At Select Locations, As Part Of The Intrusion Detection. Fire Detection Portion Of System To Include Smoke And Heat (rate Of Rise) Sensors And Some Structures Will Have Fire Pull Stations, Hard Wire Carbon Dioxide Monitors And Ada Compliant Horn And Strobe Lights. All Structures Will Have A New Videosurveillance System Monitoring Exterior Areas And Points Of Interest On Interior Surfaces. Video Recording Equipment Shall Tie Into The Managing Program Of The System. This Will Allow Off Site Observance Of The Fort And Other Protected Resources. This System Will Be Replacing A 2001 System Manufactured By Radionics. Since This System Was Installed, Radionics Was Purchased By Bosch, Which Now Does Not Support The System Or Components.electrical Panel Replacement: Replace The Main 400 Amperage Electrical Distribution Panel In The Park Visitor Center. The New Panel Will Replace An Existing Panel Installed In 1974 Servicing The Park Headquarters, Visitor Center And Museum Facility. A Temporary Electrical Service Panel Will Be Needed While Work To Replace The Panel Is Installed And Tested. The Naics Code For This Project Is 236220, Commercial And Institutional Building Construction, With A Small Business Size Standard Of $45m. The Magnitude Of Construction Anticipated Is Between $1,000,000 And $5,000,000. Interested Contractors Should Also Consider Their Construction Bonding Capacities When Responding.contractor Must Be Registered As A Small Business Under The Listed Socio-economic Categories In Sam (system For Award Management) Under Naics Code 236220 To Be Considered/confirmed.all Specifications Documents/drawings Will Be Provided If/when The Government Proceeds With A Formal Solicitation.interested Firms Must Submit The Attached Market Research Sources Sought Survey.this Market Research Is Being Conducted To Acquire Additional Information About Potential Contractors That May Be Interested In Performing This Work. This Is Not An Invitation For Bid (ifb) And Does Not Constitute Any Commitment By The Government To Issue Any Solicitation. All Interested Firms Must Respond To Future Solicitation Announcements Separately From Responses To This Market Survey. Any Solicitation That May Be Issued Will Be Posted On Sam.gov.all Responses Must Be Submitted Via Email Not Later Than 1200 Ct, February 19, 2025. Email Address: Bridget_parizek@nps.gov. Include The Reference Number (140p6025b0001) In The Subject Line.
Closing Soon19 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others...+1Electrical and Electronics
United States
Details: Page 3 Of 3
this Request For Information Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation.
this Is A Request For Information (rfi)/sources Sought Notice (ss), This Is Not A Request For Quotes (rfq) Or Request For Proposals (rfp). No Formal Solicitation Document Exists At This Present Time. This Is Not A Solicitation Announcement. The Purpose Of This Sources Sought Notice Naics 532490 - Other Commercial And Industrial Machinery And Equipment Rental And Leasing Psc R604
support- Administrative: Mailing/distribution Naic Size Standard Of $40m For The Martinsburg Vamc.
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 Sewp, Sam, Or Gsa Ebuy.
requested Information
if You Are Interested And Capable, And Can Provide The Required Service, Please Provide The Requested Information For Questions 1-9 As Indicated Below:
responses To This Sources Sought Notice Shall Also Include: Company Name, Address, Point Of Contact, If Applicable Contract Number, Info Listed In 1-9 Place Of Manufacturer, And Sam Uei Number:
is Mail Meter Solution Open Market Or Gsa Pricing?
provide Vendor S Business Size Status And Representations For Naic 532490 And
psc Code R604?
does Vendor Have Capability, Product, And Interest For Mail Meter Rental Sow Below? Yes/no
is Vendor Authorized By Usps To Lease Meter? Y/n
is The Vendor S Mail Meter Solution Fedramp Approved? Y/n
is The Vendor S Mail Meter Solution Va Trm Approved? Y/n
is The Vendor S Mail Meter Solution Va Saas Approved? Y/n
provide Specification Sheet, Model Number, Manufacturer Name, Fedramp, Va Trm, Va Saas, Usps Lessor Authorization, Product Brochure Of Mail Meter That Meets Requirement Below.
sow
general Information
the Digital Mail Metering System Provided For Use At Martinsburg Vamc Must Process At Least 160 Letters Per Minute (lpm), Handle Mail Up To 8 Inch Thick, With A 70 Lb. Dynamic Weight Scale Which Measures Mail And Determines, Sets And Prints The Appropriate Postage. The Meter Must Have A Scanner And Labeler For Certified Mail.
leased Services Shall Include All Mail Processing Equipment, Web-based Browser Software, Scalable Cloud-based Software Solution For Data Hosting (with Web-portal Access), Mailroom Processing Accessories, Handheld Scanners All Supported By Maintenance And Support Services To Keep All Systems Fully Operational.
leased Services Shall Also Include Services Of Destination Delivery Of New Equipment, Install, Configuration, User Training, Repair, Maintenance, Complete Functionality Testing, Xxx Days Quantity Of Operating Supplies, Maintain Software Upgrades And Patches For The Life Of The Contract, Monthly Reports To Cor, Under Manufacturer Warranty For The Life Of The Contract, And Removal Of Equipment At The End The Contract.
martinsburg Vamc Will Lease Only New, Unused, Non-remanufactured Mail System Equipment And Accessories. The Facility Will Not Accept Any Used Equipment, Replacement Parts, Associated Accessories, Or Supplies.
the Mail System Shall Include Password Protected Security Features To Prevent Unauthorized Use. The Software Application Connecting All The Mailing Systems For Reporting Purposes Must Be Fips Compliant And Support Active Directory Sign On Authentication.
existing Equipment Shall Be Forwards And Backwards Compatible With New Equipment Introduced Into The Mail Center.
postage Meters Must Have The Ability To Stamp And Postmark Mailings, Charging Postage Costs To The Meter Balance. Meters Should Be Able To Provide Exact Shipping Costs, Deducted From The Meter And Have The Ability To Utilize Postage Discount Rates Assigned By The Usps.
postage Meters Shall Be Compatible Will All Major Shippers And Have The Ability To Work With, And Process Mail Formats Associated To Usps Domestic Mail Manual (dmm) Products, Services And Shipping Partner Rules And Regulations.
software Shall Have The Ability To Electronically Capture, Store And Make Accessible Mail Management Data For Va Use. Data Captured And Stored Shall Be Identifiable And Referenced By Serial Number Of Each Individual Piece Of Equipment Generating Such Data. Data Shall Include United States And International Volumes (no. Pieces) And Expenditures For Usps Letters/flats/packages In All Mail Classes; And Commercially Provided Expedited Services In All Shipping Classes.
upon Contract Termination, Media (i.e. Hard Drives, Flash Drives, Memory Devices) Must Be Removed From The Equipment, Secured And Managed With Return Authorization Approved By The Cor.
4.1. Postage Meter And System Requirements.
mail Systems Shall Accurately Scan, Weigh, Rate, Meter, And Account For All Outbound Mail And Parcels. All Equipment Supplied Shall Have Postage Meters With Remote Capability Which Permit Postage Replenishment, Usage And Balance Reporting And Software Upgrades.
mail Systems Must Support The Requirements As Defined In The Government Publishing Office (gpo) Code Of Federal Regulations 41 Cfr 102 192 Mail Management. All Physical And Virtual Postage Meters Must Meet The Department Of Treasury S Requirement For Using Depositaries To Hold Public Money, Chapter 4100 Section 4130.
the Mail Systems Shall Accommodate Network Connectivity For Downloading Postage, Software Upgrades, Updating Rate Changes, Data Collection, Reporting, Accounting Information And Maintenance. It Is The Vendor S Responsibility To Meet Va Security Requirements Of All Vendors Supplied Equipment And Software.
the Vendor Must Have A Software Solution To Access Va Carrier Negotiated Rates/ Usps Commercial Plus Pricing (cpp)/gsa Schedule 48 Rates And Ups And Fedex Ngds Rates. This Includes Usps Cmop Rates For Pharmacy.
stand-alone Intelligent Mail Package Barcode Processing For Priority Mail, First Class Parcels, And Package Services That Includes Computer, Label Printer And Scale(s).
2 X 70-pound Scales For The Mailroom, 2 X 50-pound Scales For Pharmacy.
web-based Departmental/categories Accounting
must Have The Ability To Capture All Usage Through Shipping Workstations And Current Mail Machines And Combine In The Cloud Into A Single Report.
online Services For Tracking Packages And Viewing Accounting Information To Include Monthly Reporting Of Number Of Pieces Processed And Dollar Amount.
multi-carrier Capability (i.e., Usps, And Ups) To Allow For Rate Shopping And To Ensure Continuity Of Operations For Package Shipments.
must Be Configured To Allow For Best Rate Selection (i.e., Priority Mail Commercial Base And Priority Mail Commercial Plus).
authorized Usps Approved Intelligent Mail System Capability (printed And Mail System Must Be Capable Of Providing Usps Commercial Plus Pricing On Priority And Express Mail).
the Vendor Shall Be Responsible For Updating Approved Software By Ups.
4.2. Mailing And Shipping Software Requirements
they Should Take All Necessary Measures To Ensure Uninterrupted Flow Of The Software Requirements And Ensure That The Software Is Consistently Updated And Maintained. The Vendor Is Responsible For Meeting All Mailing And Shipping Software Requirements, Including But Not Limited To:
must Meet All Requirements Of Software-as-a-service (saas)
software Application Must Have Fedramp Authorization To Protect Va Pii Information.
3rd Party Fips 140-2 Or 140-3 Certified Solution For Any Data Containing Phi/pii Or Va Sensitive Information, Where Applicable.
requires Fedramp Va Trm, Va Saas Approval A Cloud Based Software Solution For Data Hosting Which Will Include Personally Identifiable Information As Defined In The Controlled Unclassified Information (cui) Registry At Http://www.archives.gov/cui/registry/category-list.html , It Is Mandatory That The Software For Shipping, Inbound Tracking And Reporting Have A Fedramp Ato Issued By The Va. The Solution Requires That Va Names And Address Which Are Pii Be Transmitted Outside The Va Network Therefor The Component For Shipping Must Have An Ato From The Va.
all Equipment And Software Rented Must Be Authorized Usps Intelligent Mail Indicia/compatible (imi) Compliant.
imi Compliance Refers To Acquiring A Postage Meter Capable Of Sending And Receiving Data From The Usps Securely And Efficiently. As Digitally Based Mailing Systems Rely On Communication Between The Usps And The Meter Itself, Being Imi Compliant Means Having A Postage Meter That Meets These Updated Communication Standards.
provide Software Name.
software Shall Be Delivered And Maintained At The Vendors Most Current Version.
software And Application(s) Shall Support Seamless Processing Of All Carriers Through Automatic Rate Shopping.
software Shall Automatically Determine The Most Economical Delivery Method For Letters, Flats, And Parcels By Examining Criteria Such As Applied Business Rules, Delivery Time, Priority, And Transportation Method. Upon Identifying The Most Economical Delivery Method, The System Shall Produce The Carrier Compliant Label.
software Shall Have The Ability To Capture And Download Postage, Track, And Determine How Much Postage Has Been Downloaded; Determine Postage Remaining On The Meter, And Report Daily/monthly/yearly Spending From The Meter.
software Shall Be Web-based Allowing Local And Remote Access To Mail Machines. Mail Machines Shall Have Locally Stored Data Which Includes United States And International Volumes And Expenditures For Usps Letters/flats/packages In All Mail Classes; And Commercially Provided Expedited Services In All Shipping Classes.
integration To Pharmacy Scriptpro Software Via A Sftp File Transfer. When The Pharmacy Staff Scan The Scriptpro Barcode It Will Automatically Populate The Shipping Information From The Scriptpro File And Allow The User To Create A Carrier Label. The Pharmacy Must Have The Ability To Ship Using The Usps Cmop Rates Which Are The Usps Discounted Rates For Va Pharmacy Mail.
4.3. Mail System Accessory Requirements-
handheld Scanners
handheld Scanners And Parcel Tracking Software Shall Process All Types Of Mail With Barcoded Technology That Allows Traceability Of Items Which Are Sent And Received At Mailroom Or Facility.
scanners Shall Be Downloadable To A Receipt/delivery Program Which Can Be Standalone Or Integrated Technology That Allows Storage Of Information, Printability, And Allows For Ease Of Data Downloads And Research.
receiving Program Should Have Editable Fields That Can Be Created For Ease Of Sorting By The Following Methods: Tracking Number, Facility/va Purchase Order Number, Item Number, Address (sender/receiver), Date, Or Other Identifying Methods As Required By The Facility.
tracking Features Include:
counter Signature Pad
low To Mid Volume 4 In. Label Printer
cordless Scanner
single Bay Cradle/battery Charger For Handheld Scanner (2 Each)
basic Operator Training Up To 4 Hrs. (2 Operators)
pc W/ Flat Panel Monitor
mail Openers/extractors
shall Cut, Open, Extract Letters Or Packs Of Different Dimension Or Thickness.
openers Shall Have Adjustable Cutters And Options For Single Or Multiple Envelope Cuts.
mailroom Requirements Range From Processing A Few Letters Per Minute/hour To Several Thousands Of Letters Per Hour.
mailrooms Will Define Their Individual Overall Requirements.
folders/inserters
shall Provide Low To High Volume Document And Envelope Feeders With Multi-sheet Collation And Fold Modes To Meet Specification Requirements.
must Process At Least 4000 Sheets Per Hour In Stacks Of At Least 500 Sheets Of 20# Paper Thousands Of Letters Per Hour.
must Be Able To Fold Up To 8 Pages For Insertion Into A #10 Envelope Or 10 Pages Into A 6 X 9.5 Envelope
5ft X 2.5ft Not Including The Stand.
mailrooms Will Define Their Individual Overall Requirements.
sorters
must Be Able To Sort Several Hundreds To Thousands Of Pieces Per Day, Leverage Postal Discounts, Report Mailing Cost Statistics, And Count The Number Of Pieces In A Postal Tray.
stackers
low To High Volume Envelope Handlers Must Clear Stamped Mail From The Mail Machine.
based On Mailroom Requirements Stackers May Be Minimum Volume Holding Trays To Stackers Which Are Power Driven To Move Stamped Mail Form The Mail Machine Area.
mailroom Requirements Range From Processing A Few Letters Per Minute/hour To Several Thousands Of Letters Per Hour.
digital Scale
must Electronically Weigh Postal And Parcel Items For Shipping.
scales Must Be Usb Capable For Downloading Weight To A Computer Or Other Connected Devices.
mailroom Processing Scales Able To Handle Weight Ranges From 0-70 Lbs.
printers
shall Provide Options For Various Mailroom Requirements To Meet Mail Addressing, Barcoding And Postage Printing.
each Mailroom Will Specify Their Pages/minute, Size, Thickness, Resolution And Type Of Media Such As: Extra-thick Card Stock, Polyester, Magnetic Media, Transparency Films Pages Should Conform With Industry Standards.
the Vendor Include Up To 2 Sets Of Self Service Lockers To Fit Multiple Sized Mail Packages To Maintain Chain Of Custody Location Tbd And Delivery Tbd.
4.5. Maintenance Support Requirements Plan
the Vendor Qualified Technician Shall Perform All Mail System Maintenance Includes (both Preventive And Reparative). This Inclusive Priced Maintenance Includes All Parts And Labor For The Life The Contract. The Vendor Shall Respond To All Maintenance Requests Within 24-hours Of Notification. Any Portion Of The Mail System That Cannot Be Repaired Shall Be Replaced Within 2 Days. Only Qualified Personnel, Materials, Spare Parts, Tool, Hardware/software, And Network Components Necessary To Perform The Service Shall Be Provided By The Vendor.
the Vendor Shall Repair The Mail System Within 24-hours Working Hours After The Request For The Service Call During The Hours Of 7:00 A.m. To 3:30 P.m. Est Monday Through Friday (excluding Federal Holidays).
the Vendor Shall Regularly And Systematically Examine, Clean, Lubricate, Test, Adjust The Equipment, And As Conditions Warrant, Repair Or Replace Equipment Included Under The Contract. The Vendor Shall Ensure That The Mail System Operates As Originally Designed And Installed Throughout The Entire Awarded Contract Period.
vendor Maintenance Shall Include Preventative Maintenance At Manufacturer-recommended Intervals.
the Vendor Shall Provide Complete Remedial And Preventive Maintenance For The Components Of The Installed Solution.
the Vendor Qualified Technician Shall Provide All Replacement Component Parts As Required To Meet Original Equipment Performance At No Additional Cost To Va.
the Vendor Qualified Technician Shall Provide An Affixed Label To Equipment Which Identifies Equipment Make, Model, Device Serial Number, Mail Meter Serial Number And Equipment Service Support And Contact Information.
manuals, Handbooks Or Brochures Shall Be Provided In Hard Copy, Soft Copy Or With Electronic Access Instructions, Consistent With Standard Industry Practices For The Equipment Or Device.
the Vendor Qualified Technician Shall Maintain A Record Of All Service Calls Including The Following Minimum Level Of Information.
when A Pattern Of Excessive Repairs Or Other Frequent Operational Problems/malfunctions Occur, The Vendor Shall Replace The Malfunctioning Equipment, Accessory, Or Software Component. The Term Excessive Repairs Means Two Or More Service Calls In A Single Month, Not Including Preventative Maintenance Calls.
4.6. Delivery, Installation, Operational Readiness And Transition Requirements
the Vendor Shall Install And Make Fully Operational The Mailing Solution, Including All Accessories As Ordered. The Vendor Shall Complete Destination Delivery, Remote Test, Installation, Configuration, Testing And Operational Readiness.
the Vendor Shall Establish Internet Connectivity To The Postage Meter For Replenishment, Rate Change Updates, Etc. If Applicable, Vendor Is To Fully Test Remote Diagnostics And Troubleshooting As Part Of Operational Readiness.
the Vendor Shall Complete Delivery, Installation, Configuration, Testing And Operational Readiness Not To Exceed (nte) Thirty Calendar Days After Awarded. Shall Contact The Receiving Site Warehouse Supervisor And Cor To Schedule Delivery And Installation.
the Vendor Provide Shipping Of Mail Equipment To The Mail Facility Or Facilities At No Cost To Va. Va Will Not Reimburse Vendor For Shipping Or Freight Costs. Shall Also Be Responsible For All Costs Associated With Relocating Or Re-shipping Any Misdelivered Solution Components.
the Vendor Shall Provide One Hard Copy And An Electronic Version Of The Operator S Manual And Job Aid(s).
vendor Is Responsible For Equipment Until Fully Installed And Operational.
at The Expiration Or Termination Of The Lease, The Vendor Shall At No Cost To The Government, Remove And Pick-up Equipment From The Government Facility. Media (i.e. Hard Drives, Flash Drives, Memory Devices) Must Be Removed From The Equipment, Secured And Managed With Return Authorization Approved By The Cor.
4.7. Material And Supply Requirements
the Stock Of Supplies Shall Include Ink, Meter Tape, Sealing Solution And Any Other System Specific Supplies Necessary For The Average Use Of The Installed Mailing System Sufficient For Xxx Business Days.
the Vendor Must Provide The Supplies On Time And In Quantity And Quality. The Supplies Must Be Compatible With The Mailing System Installed And Should Not Have Any Adverse Effect On The System's Performance.
the Vendor Shall Also Provide Cor With Vendor Consumable Supply Point Of Contact, Phone Numbers And Ways To Place An Order For Supplies.
suppose The Vendor Fails To Provide The Supplies As Per The Contract Agreement; A Failed Notification Of Performance Evaluation Will Be Provided To The Contracting Officer Via Cor.
4.8. Training Requirements
the Vendor Shall Provide Training At User Site(s) To At Least One (1) Key Operator And Three (3) Alternates For Each Solution Installed With The Following Responsibilities But Not Limited To:
the Vendor Shall Provide And Complete Key Operator Training Within Two Business Days Of The Solution S Installation.
the Vendor Shall Schedule Training In Coordination With The Warehouse Supervisor And Cor. Training Shall Include Ad-hoc And Web-based Opportunities.
training Shall Cover, At A Minimum, The Following Operations: Proper Operation Of The Solution Component(s), Replacement And Ordering Of Supplies, Performance Of Routine Tasks Such As Daily Maintenance, Adding Postage To The Meter, Reporting Of Mail Volumes And Costs, Locating A Component S Model And Serial Numbers, Meter Serial Number, And Placing A Service Call.
for Any Software/process (minor Or Major) Updates, The Vendor Shall Provide A Complete Key Operator Training Within Two (2) Business Days. The Training Can Be Virtual (e.g., Zoom, Webex Or Microsoft Teams) Or Face-to-face.
4.9. Deliverables Rfq Response To Address/ Provide Required/acknowledge Info Below 4.9 Plan To Meet Va Requirement.
the Vendor Shall Submit List Of Equipment, Software And Accessories (name And Model) Provided At Martinsburg Vamc To The Contracting Officer Representative Upon Completion Of Installation.
monthly Service And Maintenance Calls Roll-up Report For The Preceding Month (identified By Device Serial Number). Risk And Issue Report Of Overall Vendor Provided Equipment (identified By Device Serial Number) Services And Support Report To Cor By The 15th Of Every Month For The Life Of The Contract.
5.0. Vendor Performance
cpar
6.0 Government-furnished Equipment (gfe)/government-furnished Information (gfi)
none
7.0 Equipment
description Of Supplies/services
unit
unit Price
mail Postage System (includes Scales, Scanners & Label Printers
1 Ea
folding/inserting System
1 Ea
rate Shopping/outbound Package Management Software
1 Ea
inbound Package Management Software (includes Scanners, Charging Cradles And Label Printer)
1 Ea
mail Thermal Label Printer With Scale On Top
1 Ea
fedramp Authorized Cloud Service
1 Ea
self Service Mail Lockers
1ea
signed Baa Within 10 Days Contract Award
1ea
must Complete A Vendor Security Control Assessment (csca) On A Yearly Basis And Provide It To The Cotr Within 10 Days Of Contract Or Option Year Renewal
1ea
security Requirements-
access To Va Information And Va Information Systems
security Incident Investigation
liquidated Damages For Data Breach
vendor Training
contract Security
business Associate Agreement (baa) Compliance:
c&a Or An Mou-isa
notes
all Capability Statements/responses To This Sources Sought Notice Shall Be Submitted Via Email Stephanie.henderson3@va.gov Telephone, Fax, Or Any Other Form Of Communication Inquiries Will Not Be Reviewed Or Accepted In Response To This Sources Sought Notice. Responses To This Sources Sought Notice Must Be Received No Later Than 2/18/25 At 1:00 P.m. (eastern Standard Time). This Sources Sought Notice Is To Assist The Va In Determines Sources Only. A Solicitation Is Not Currently Available. If A Solicitation Is Issued, It May Or May Not Be Announced At A Later Date, And All Interested Parties Shall Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought Notice.
disclaimer
this Request For Information (rfi) Is Issued For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked A Proprietary Will Be Handled Accordingly In Accordance With (iaw) Federal Acquisition Regulation (far) 15.201(e), Rfis May Be Used When The Government Does Not Presently Intend To Award A Contract, But Wants To Obtain Price, Delivery, Other Market Information, Or Capabilities For Planning Purposes. Responses To These Notices Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Incurred Associated With Responding To This Rfi.
end Of Notice
Closing Soon18 Feb 2025
Tender AmountRefer Documents
261-270 of 4590 active Tenders