The RFP Database
New business relationships start here

CIF Printer


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT REQUEST

The Defense Human Resources Activity is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in, and the resources for, providing services in accordance with the draft Performance Work Statement (PWS) below. This notice shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. In addition, it does not guarantee that a subsequent solicitation will be issued. Submission of any information in response to this Sources Sought notice is voluntary and will assist in selecting the appropriate solicitation type/method. Costs associated with any submission shall not be reimbursed by the Government.


The proposed NAICS for this effort is 811212 (size standard $27.5 M) Office machine repair and maintenance services.


Interested parties must be registered in the System for Award Management (SAM). A business must be a current participant and certified by SBA if responding as an 8(a) firm and HUBZONE small businesses must be certified by SBA by the time of proposal. A Service-Disabled Veteran-Owned Small Business (SDVOSB) must represent to the contracting officer that is it certified as such at the time of offer submission. A Women-owned small business (WOSB) self-certified as EDWOSB or WOSB must have submitted its documents to SBA's WOSB Program Repository at the time of initial offer. Small businesses shall specify if any kind of teaming arrangement will be involved and "other than small" businesses shall address subcontracting if opportunities exist.


If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization.


BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.


Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by Monday, July 24, 2017 at 11:00 Local Time. All responses under this Sources Sought Notice must be emailed to jose.l.vasquez60.civ@mail.mil and matthew.c.poole.civ@mail.mil.


                                    Performance Work Statement (PWS)
            Defense Manpower Data Center (DMDC)-Central Issuance Facility (CIF)
                                                 Printer Maintenance
                               

1.0 INTRODUCTION


The DMDC Central Issuance Facility (CIF) requires hardware and software support and maintenance, to include emergency calls, for the currently fielded NBS Horizon H2 and Horizon Evolution printers and accessories. These printers are used to print Common Access Cards (CAC) for the Central Issuance Request Station (CACCIRS) sites. The location of this equipment is the CIF in Seaside, California.


2.0 BACKGROUND


The Real-Time Automated Personnel Identification System (RAPIDS) includes the capability to support our military recruiting and training locations where we need to process a high volume of personnel in a minimal amount of time for issuing CACs. To accomplish this, RAPIDS collects member data at the dispersed site locations, feeds the data back through the CIF to produce the CACs, then DMDC ships the CACs back to the sites for distribution. The CIF produces over 200,000 CACs annually. Continued maintenance of the Horizon H2 and Horizon Evolution card printers, the Intelifold Card Mailing System, and the KAS Mailmaster 565HS Envelope Inserter is mission critical for the CIF to satisfy our Service Level Agreement with our customers. In addition, DMDC plans to procure a NBS 1500 Mailing System. Support for the Intelifold Card Mailing System and KAS Mailmaster 565HS is expected to transfer upon fielding.


3.0 SCOPE


The Contractor shall provide the personnel, management and materials necessary to provide maintenance and support for the card personalization system printer equipment on site at the CIF. This support includes maintenance of Horizon H2 and Horizon Evolution printers, Intelifold Card Mailing System, KAS Mailmaster 565HS Envelope Inserter, NBS 1500 Mailer System and emergency calls.


4.0 REQUIREMENTS The Contractor shall:


4.1 Provide onsite hardware and software maintenance and support for the equipment listed below:
4.1.1 NBS Horizon H2 Card Personalization System [Base System, Top Color Thermal Print CPE (4 units), Bottom Color Thermal Print CPE (3 units), Magnetic Stripe Encoder CPE, High Speed Smart Card CPE (12 stations), Laminator CPE (2 units), Card Flipper CPE]
4.1.2 NBS Horizon Evolution Card Personalization System [Base System, Split High Speed Color, Bottom Thermal Print CPE (3 units), High Speed Smart Card CPE 24 stations, Magnetic Stripe Encoder CPE, Laminator CPE (2 units), Card Flipper CPE]
4.1.3 Intelifold Card Mailing System
4.1.4 KAS Mailmaster 565HS Envelope Inserter
4.1.5 NBS 1500 Mailer System


4.2 Ensure minimal disruption to the CIF production schedule during repairs and maintenance of the equipment.


4.3 Have expert level experience and a working knowledge of the equipment and modules. In addition, experience and knowledge of the following software and diagnostic tools used to maintain the operation of the Horizon printers: SmartSys MCS, UBIQ UBNBSPC and CMS 2000 software and diagnostic tools.


4.4 Provide service between the hours of 8:00am - 5:00pm, Monday - Friday, excluding Federal Holidays. The onsite response time shall be no more than 4 hours if within the core business hours, otherwise the next business day.
4.5 Provide emergency maintenance support during non-business hours. Emergency support shall be on an as needed basis for up to eight calls.
4.6 Maintain a minimum level of spare parts that are worn during normal operations (i.e., belts, rollers, chains, springs, etc.) at all times. Must be able to acquire other needed replacement parts within three (3) days.
4.7 Provides software updates for all equipment, accessories and software.
4.7.1 Have expert knowledge of upcoming software upgrades and their release dates that are relevant to the Horizon printers and accessories.
4.7.2 Load and troubleshoot applicable software updates.
4.7.3 Work with HID Global engineers on future updates to software and troubleshooting issues as they arise.


5.0 DELIVERABLES


Deliverable: Maintenance and support for Horizon H2 and Evolution Printers and accessories. 


PWS Ref.: 4.0

Delivery Date: Ongoing
 
6.0 CONTRACTOR MANPOWER REPORTING


The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for this DMDC requirement via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2014. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil


7.0 QUALITY CONTROL


The contractor shall implement and maintain a Quality Control Plan (QCP) to ensure work performed conforms to the scope of work and meets the requirements under this PWS. The QCP


shall, at a minimum provide a method for performing inspections; identifying, correcting and preventing problems/defective service; addressing customer complaints, and improving the quality of services over the life of the contract.


8.1 QUALITY ASSURANCE


8.2 The Government reserves the right to perform inspections and surveillance to evaluate the Contractor's compliance to the contract terms and performance of the requirements in the PWS. The Government will make every effort to ensure that the surveillance methods described below are conducted in an objective, fair, and consistent manner.


8.2.1 Periodic Surveillance. This action occurs when the COR or other Government official observes a deficiency. Examples include evidence from accidents, incidents, or delays. Regardless of where in the line-of-duty the COR observes contractual procedures not being followed, he/she has an obligation to document and report the deficiency to the Contracting Officer.


8.2.2 Customer Complaint Surveillance. This action is instituted when the COR receives a complaint from a stakeholder (stakeholder organizations include DMDC and the United States Uniformed Services) regarding contractor service. The COR will obtain the complaint in writing and then conduct an investigation to determine its validity. If the complaint is deemed valid, the COR will immediately notify the contracting Officer for action. The COR will notify both the Contract Manager and the complainant of the Government's response to their complaint.


8.3 Contract Discrepancy Report (CDR). In the event of unsatisfactory contractor performance, the COR or CO will issue a CDR that will explain the circumstances and findings concerning the incomplete or unsatisfactory service. The contractor shall acknowledge receipt of the CDR and respond in writing as to how he/she shall correct the unacceptable performance and avoid a recurrence. The Government will review the contractor's corrective action response to determine acceptability and will use any completed CDR as part of an overall evaluation of Contractor performance when determining present or future contractual actions.


 


Jose L Vasquez, Contract Specialist, Phone 5713722615, Email jose.l.vasquez60.civ@mail.mil - Matthew C. Poole, Contracting Officer, Phone 571.372.2607, Email matthew.c.poole.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP