The RFP Database
New business relationships start here

SHIPBOARD MULTIFUNCTIONAL DEVICE PROGRAM


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

This Request for Information (RFI) is issued to support market research in identifying sources capable of providing the requirements detailed here and in no way obligates the Government in an award of any contract. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI marked Proprietary will be handled accordingly.

Responses to the RFI will not be returned. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. A response to this RFI is necessary to assist the Government in determining the potential levels of interest, adequate competition, market maturity and technical capabilities within the Large and Small Business Communities to provide the required capabilities.


The Government does not intend to award a contract on the basis of this RFI or reimburse any costs associated with the preparation of responses to this RFI.



History - DLA Contracting Services Office seeks to identify interested, capable and qualified sources from Industry for the acquisition of Single Function Devices (SFD), A3, A4 and Production Multifunctional Devices (MFD), Specialty Devices (SD), technical, analyst and support services, maintenance, parts, supplies and device training. The contract will support Navy afloat elements, Military Sealift Command (MSC) afloat elements, U.S. Fleet Marine Forces (FMF) afloat elements, Coast Guard and other mobile activities of the Federal Government that have afloat deployments for extended periods. The contractor shall provide six (6) classes (A3 and A4 models) of MFDs, one (1) class of a B&W production MFD, and one (1) class of a Color production MFD, a minimum of two (2) classes SFDs, two (2) classes SDs, for shipboard use.


Universal Maintenance Support:
Currently, the majority of devices installed on the afloat elements were purchased from Xerox (legacy) during the 2013-2018 fiscal years. These devices need to be maintained for the remainder of their lifecycle. Vendor will need to provide maintenance supplies, support, consumables and training for all government owned legacy devices as well as any new devices purchased. Vendor must be able to obtain authorizations and certifications to provide service to include Xerox parts, supplies and vulnerability remediation to be considered for this program.


Shipboard Riders, Shore-based Technicians & Training:
Certified maintenance technicians who can perform on new and legacy equipment is required.
Interested vendors will need to be able to provide certified training to Government personnel as well as provide vendor-employed technicians to perform maintenance aboard vessels while in port or on deployment for all program provided devices. Training facilities must be established within a 25 mile radius of four CONUS ports at vendor expense. The government will provide training and storage facilities at four OCONUS ports, for the vendor to use.



Testing Requirements:
The contractor is responsible to obtain the approved facilities, services and burdens all costs associated with testing to MIL Specification/Standards for Power Quality, EMI, Shock and Vibration. The Government reserves the right to verify conformance of equipment to the requirements of the contract through inspections of any or all delivered equipment anytime during the term of the contract. Inspections may include, but are not limited to, visual inspections, laboratory tests, and operational examinations.


All devices must achieve all certifications prior to award of any contract.



For additional description: See Draft PWS


Important Dates:


RFI Release Date: June 18, 2018
RFI Close Date: June 29, 2018


Questions:


Submit your questions by 3:00 PM Eastern Standard Time (EST), on or before June 22, 2018 to the Government points of contact listed below (via e-mail).


RFI Proposal Response


Submit your response by 4:30 PM Eastern Standard Time (EST), on or before June 29, 2018 to the Government points of contact listed below (via e-mail).



Please provide below vendor information with your response.


- Business Name
- DUNS Number
- Cage Code
- Point of Contact Information


Government Points of Contact:


All correspondence in conjunction with this RFI should be directed to the Government points of contact listed below:


Primary Point of Contact                    Secondary Point of Contact
Tina M. Grujic                                   Chad Spittle
Contract Specialist                            Contracting Officer
Tina.grujic@dla.mil                          ; Chad.spittle@dla.mil


Tina M. Grujic, Contract Specialist, Email tina.grujic@dla.mil - Chad Spittle, Contracting Officer, Email chad.spittle@dla.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP