SOLICITATION NOTICE
74 -- Post Office Franking Meters and Hand-fed cancellation machines
- Notice Date
- 3/31/2004
- Notice Type
- Solicitation Notice
- NAICS
- 333313
— Office Machinery Manufacturing
- Contracting Office
- Other Defense Agencies, Coalition Provisional Authority, Republican Presidential Compound, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
- ZIP Code
- 09335
- Solicitation Number
- F914NS-04-Q-0155
- Response Due
- 4/15/2004
- Archive Date
- 4/30/2004
- Point of Contact
- Mario Troncoso, Contracting Officer, Phone 703-343-9225, Fax 703-343-9227,
- E-Mail Address
-
troncosom@orha.centcom.mil
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation, W914NS-04-Q-0155 is issued as a Request for Quotation (RFQ). This action is unrestricted and provides for full and open competition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 21, effective 03/26/04 and DFARS Change Notice 20040323. The associated NAICS code is 333313. The Coalition Provisional Authority (CPA), Baghdad, Iraq has a requirement for Post Office Franking Meters and small hand-fed cancellation / postmarking machines, to be delivered 60 days ARO to, the Iraqi Postmaster General, Baghdad, Iraq. Detailed shipping instructions will be included with the actual award document. Description and minimum specification requirements are: a.) Line item 0001, two (2) small hand-fed cancellation and postmarking machines, Pitney Bowes Table Top Model 3915 or equal with a one-year warranty. The machine shall operate on a one phase 50 hertz 220-240 volt electrical system. The machine will accept batches of mail, which is faced and edged and which is automatically fed, singulated, and cancelled with an Iraqi designed postmarking imprint, counted and stacked in a discharge section. The machine will cancel and postmark mail within the following dimensions without changing feed belts: Length?140 mm to 304 mm, Height?90 mm to 162 mm, and Thickness--.15 mm to 6 mm. The maximum foot print will not exceed 75 cm by 60 cm excluding the stacker hopper. The Postmarking die will cease to rotate if the machine is not processing letters. The machine will be equipped with a resettable 6 digit counter and a non-resettable 7 digit counter that are easily accessible. The machine will be equipped with a pre-inked disposable ink roller. Replenishment / replacement procedures will be simple and require not more than two minutes to effect by a trained operator. The machine must perform without damage or degradation in an environment experiencing a relative humidity variance of between 20% and 80% and temperature variances between 10 degrees centigrade and 40 degrees centigrade. Each machine shall be accompanied by any required adjustment tools, initial spare parts and literature that identifies the parts and instructs on the use of the spare parts and tools. This literature shall be in Arabic and English and two copies of each are required. Each machine shall be accompanied by a maintenance manual. This manual shall be in Arabic and English and shall contain unpacking and installation instructions; technical data to include illustrations showing part number of the components, assemblies and subassemblies; functional description of machine and subassemblies; operating, safety, and emergency procedures; troubleshooting guide; and preventive maintenance schedules and practices; corrective maintenance, alignment, and adjustment procedures. The design for the Iraqi postmarking die will be provided at time of award. b.) Line item 0002, twenty (20) Post Office Franking Meters with a five kilogram (kg) scale interface, Pitney Bowes E511 Mailing Systems or equal with a one-year warranty. The machine shall operate on a one phase 50 hertz 220-240 volt electrical system. The machine shall provide a secure means of being able to account for any postage printed and to be able to prevent fraudulent tampering of the registers. The machines shall meet the latest Universal Postal Union security features. It must have the capability to remotely reset meters funds. The meters must have the ability to be integrated to both a custom Postage Scale (5 kg) as well as provide an integrity link to any Postal Counter Solutions that the Iraqi post will introduce. The meters will have the ability to accept future fee schedules for the Iraqi Postal Service once published. The machine will be equipped with pre-inked disposable ink rollers. Replenishment and replacement procedures shall be simple and require not more than two (2) minutes to effect by a trained operator. The machine must perform without damage or degradation in an environment experiencing a relative humidity variance of between 20% and 80% and temperature variances between 10 degrees centigrade and 40 degrees centigrade. Each machine shall be accompanied by any required adjustment tools, initial spare parts and literature that identifies the parts and instructs on the use of the spare parts and tools. This literature shall be in Arabic and English and two copies of each are required. Each machine shall be accompanied by a maintenance manual. This manual shall be in Arabic and English and shall contain unpacking and installation instructions; technical data to include illustrations showing part number of the components, assemblies and subassemblies; functional description of machine and subassemblies; operating, safety, and emergency procedures; troubleshooting guide; and preventive maintenance schedules and practices; corrective maintenance, alignment, and adjustment procedures. c.) Line item 0003, five (5) Post Office Franking Meters with a thirty-five kilogram scale interface, Pitney Bowes E511 Mailing Systems or equal with a one-year warranty. The machine shall operate on a one phase 50 hertz 220-240 volt electrical system. The machine shall provide a secure means of being able to account for any postage printed and to be able to prevent fraudulent tampering of the registers. The machines shall meet the latest Universal Postal Union security features. It must have the capability to remotely reset meters funds. The meters must have the ability to be integrated to both a custom Postage Scale (35 kg) as well as provide an integrity link to any Postal Counter Solutions that the Iraqi post will introduce. The meters will have the ability to accept future fee schedules for the Iraqi Postal Service once published. The machine will be equipped with pre-inked disposable ink rollers. Replenishment and replacement procedures shall be simple and require not more than two (2) minutes to effect by a trained operator. The machine must perform without damage or degradation in an environment experiencing a relative humidity variance of between 20% and 80% and temperature variances between 10 degrees centigrade and 40 degrees centigrade. Each machine shall be accompanied by any required adjustment tools, initial spare parts and literature that identifies the parts and instructs on the use of the spare parts and tools. This literature shall be in Arabic and English and two copies of each are required. Each machine shall be accompanied by a maintenance manual. This manual shall be in Arabic and English and shall contain unpacking and installation instructions; technical data to include illustrations showing part number of the components, assemblies and subassemblies; functional description of machine and subassemblies; operating, safety, and emergency procedures; troubleshooting guide; and preventive maintenance schedules and practices; corrective maintenance, alignment, and adjustment procedures. d.) Line Item 0004, training. A Train-the-trainer course for basic operator and maintenance training. This includes materials for the training as well as an in-person training course, lasting no more than one week, at the Central Baghdad Postal Facility in Baghdad, Iraq. The trainer shall be fluent?reading, writing and speaking?in Arabic and English. Desired delivery date for all contract line items, except line item 0004, is 60 days after receipt of order. Delivery destination is the International Service Center?Civil Mail, Baghdad International Airport, Baghdad, Iraq; UTM 38S MB 42928 368036. Delivery Duty Unpaid, Cost, Insurance & Freight (DDU/CIF). Delivery of line item 0004 will be determined after award, but will be after delivery of the other line items. The provision at 52.212-1, Instructions to Offerors?Commercial applies to this acquisition as well as the following addenda: Offeror shall submit information on their past performance in like or similar acquisitions in the last three years. The Offeror will provide no more than two pages of past performance information. Use type characters no smaller that 10 pitch. Each instance of relevant past performance shall include the contract number and / or delivery order number, contract type, contract value, whether competitive or sole source, description of work, and customer point of contact including e-mail address and telephone number. Offeror?s technical proposal (including delivery terms) shall be no longer than four pages. Use type characters no smaller that 10 pitch. Offeror?s pricing data shall be no longer than three pages. Use type characters no smaller that 10 pitch. No attachments are allowed. Only the front of a page shall be used. A page that has material on back and front will count as two pages. The contracting officer may determine proposals that deviate from these type-size and page limitations as non-responsive. Offeror shall submit an original proposal and one copy. The proposal shall be easily segregated between price, technical and past performance. Both the original and copy may be transmitted via e-mail. The copy of the proposal submitted is for evaluation purposes and shall not bear any logos, trademarks, company names or points of contact information that would identify the Offeror. The provision at 52.212-2. Evaluation?Commercial Items applies to this acquisition as well as the following addenda: The Contracting Officer will evaluate quotes on the basis of technical, price and past performance. The selection of a contractor for award will be based on the quality and specification strength in the area of the Offeror?s technical proposal. Offerors are cautioned that unsupported promises to comply with the RFQ requirements will not be sufficient. Quotes must provide convincing documentary evidence in support of any conclusionary statements relating to promised performance. In the technical proposal, Offerors shall also discuss whether they will be able to comply with the delivery requirements. The price will be considered. Offeror will be evaluated on their performance under existing and prior contracts for similar services during the past three years. The Government will focus on information that demonstrates quality performance relative to the size and complexity of the procurement under consideration. Offeror?s record of past performance, or the lack thereof, will be an important factor in the assessment of the risk involved in the Offeror?s quote. The technical and past performance proposals will be more significant then the price. Offerors shall include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications?Commercial Items with its offer. The clause at 52.212-4, Contract Terms and Conditions?Commercial Items, as augmented by the Department of Defense FAR Supplement (DFARS) applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders?Commercial Items, as augmented by the Department of Defense FAR Supplement (DFARS) applies to this acquisition. The quote / proposal is due at 1700 hours, Baghdad time, on 15 April 2004. The CPA contracting POC is Charles T. Clements, 703-343-9218, clementsc@orha.centcom.mil. The address is CPA Contracting, Republican Presidential Compound, Room S. 106A, Baghdad, Iraq.
- Place of Performance
- Address: CPA Contracting, Republican Presidential Compound, Room S. 106A, Baghdad, Iraq.,
- Record
- SN00557769-W 20040402/040331212638 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |