Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2006 FBO #1539
SOLICITATION NOTICE

R -- 8. R- Professional, Administrative and Management Support

Notice Date
2/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
491110 — Postal Service
 
Contracting Office
Broadcasting Board of Governors, Associate Director for Management, Office of Contracts (M/CON), 330 C Street, SW, Room 2500, Washington, DC, 20237
 
ZIP Code
20237
 
Solicitation Number
BBGCON5806S5803
 
Response Due
3/1/2006
 
Archive Date
3/16/2006
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A CONTRACTOR TO PROVIDE THE BROADCASTING BOARD OF GOVERNORS (BBG), INTERNATIONAL BROADCASTING BUREAU (IBB), with Postal Services. The Contractor shall provide all personnel, vehicles, equipment and mail sorting facilities and transportation services (except as furnished by others as specified herein), required to prepare International Priority/Airmail AS A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. (ii) Solicitation No. BBGCON5806S5803 is issued as a Request For Proposal (RFP) and a contract will be awarded using the contracting by negotiation procedures. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition 2005-008, dated January 5, 2006. (iv) This is a full and open procurement to prepare International Priority/Mail (IAP), International Surface Airlift (ISAL) and valuepost Canada pre-sort mailings, under NAICS 491110. (v) The Contractor shall be required to provide the following Contract Line Items as shown in the attachment, which may be downloaded. (vi) The Contractor shall provide all personnel, vehicles, equipment and mail sorting facilities and transportation services (except as furnished by others as specified herein), required to prepare International Priority/Airmail (IPA), International Surface Airlift (ISAL) and Valuepost Canada presort mailings. The Contractor shall pick up all international mail from the Board of Governors (BBG), located at 330 Independence Avenue, SW, Room G-649, Washington, DC 20237, in accordance with the procedures described herein below. Pickups shall be once a day, Monday through Friday, excluding federal holidays, at mutually agreed times to be determined at the post-contract award orientation conference. At the time of pickup, the Contractor's representative shall verify the number of pieces and weight (in bulk) of the shipment in the presence of an Agency employee. The Agency employee will complete an airway bill/manifest for International Priority Airmail (IPA). International Surface Airlift (ISAL) and/or Valuepost mail. The airway bill/manifest will state the weight, number of pieces and mail service requested (IPA, ISAL or Valuepost) for each category. The airway bill/manifest shall be signed by both the Contractor's representative and the Agency employee, with a copy being retained by the employee. All non-contract mail (domestic mail or foreign mail designated to countries where IPA, ISAL or Valuepost service is not available) shall be returned to BBG/IBB the following day. At the Agency's request, the Contractor shall provide additional pickups or pick up at other than established times in the event of an unusually large shipment or unexpected situation. The Contractor may be required on occasion to pick up international mail from private contractors within the metropolitan Washington, DC area and transport it to the Contractor's sorting facility for processing at the same price per pound as stated in Section B, Price Schedule. The Contractor shall process mail according to the following procedures: Upon arrival of the mail at the Contractor's facility, it shall be weighed to ensure that the contents received are equal to the amount picked up at BBG/IBB facilities. Mail shall be processed (sorted) in accordance with the USFS specifications for IF A, ISAL or Valuepost mail. The Contractor shall apply the appropriate piece rate postage to each mail piece based on USFS rate groups and pound postage as required. All postage fees for piece rate and pound charges are to be billed directly to the Agency through the USFS Official Mail Accounting System (OMAS.) The Contractor will not be reimbursed for postage costs. All processed (sorted) mail shall be delivered to the address below, no later than 10:00 AM the day after pickup from BBG/IBB facilities: United States Postal Service Air Mail Facility, John F. Kennedy Airports - Building No 250, Jamaica, NY 11430. (vii) The period of performance will begin with service beginning on or about April 1, 2006 through March 31, 2007, and four subsequent renewal option years beginning on April 1st of each option year, if exercised. The Contractor shall invoice and report according to the following procedures and guidelines: At the time of presentation of processed (sorted) mail to the USPS, the Contractor shall submit USPS Form 3650 (ISAL), USPS Form 3652 (IPA) and/or USPS Form 3651C (ValuepostlCanada), along with the Contractor airway bills/manifests signed by a BBG/IBB employee to the USPS. Forms shall contain only BBG/IBB shipment data and reflect all USPS postage fees. The Agency will pay postage directly to USPS. The Contractor shall provide to BBG/IBB on a daily basis, a copy of each PS Form 3650, 3651C and/or 3652 exclusively identifying each BBG/IBB shipment which has been completed and stamped by the USPS mail facility. An original or copy of each form shall be provided to BBG/IBB on the next workday after pickup of the mail from BBG/IBB. Within 5 days of the end of the USPS monthly accounting period, the dates of which are established by the USPS, the Contractor shall provide to BBG/IBB an analysis of the activities for that period a minimum, the analysis shall include the following: (a) Dates covered; Agency cost; (b) IP A total pieces; weight in pounds; total consolidation price; (c) ISAL total pieces; weight in pounds; total consolidation price; (d) Valuepost total pieces; weight in pounds; total consolidation price; (e) Total USPS 3652 charges; total USPS 3650 charges, total USPS 3651C charges, estimated savings realized as compared to mailing via USPS conventional non-consolidated mailing methods in dollars saved and in percentage saved for each mailing type and total) combined savings. The Contractor shall submit an invoice showing its prices for the IPA, ISALN, and Valuepost sorting services. (viii) The provision at FAR 52.212-1, ?Instruction to Offerors?Commercial Items? applies to this solicitation. Interested contractors who are capable of providing these services should submit a capability statement as noted below. The Contractor shall have demonstrated the ability and experience in providing the required services. Offerors responding to this solicitation shall submit the following items to the contracting officer: [1] Identification of Key Personnel; Offerors are expected to identify key personnel who will support BBG/OCB for the duration of this project: [2] Narrative and detailed information on service requirement and proposed commitment in meeting the specific timeframe hours/days; [3] Detailed information on past performance, including recent (within last 3 years from date of this notice) and relevant contracts for similar services and other references including contract numbers, points of contact with telephone numbers, email addresses and other relevant information; and [4] Prices for the above listed CLINS should be provided. (ix) The following factors and possible points shall be used to evaluate proposals: 1. The Contractor must provide a description of the approach that they will take to meet the requirement. 2. The Contractor?s understanding of the requirements and ability of the Contractor to provide the required services meeting the technical requirements stated herein. 3. The Contractor?s demonstrated capability to meet the service requirement and schedule. 4. A description of their organization and its capabilities in performing the requirement. 5. Detailed information on past performance and relevant contracts for similar services and a minimum of three (3) references including contract numbers, points of contact with telephone numbers, email and other relevant information. 6. A separate Price Proposal showing a breakdown of the price for the above CLINS. Offerors are cautioned that failure to address each of the above Technical Subfactors may deem their proposal unacceptable. The Government will award a firm-fixed price (FFP) contract resulting from this RFP to the responsible Offeror whose offer conforming to the RFP will be most advantageous to the Government, based on price, technical, past performance and other factors in the solicitation. When combined, technical evaluation factors are approximately equal to cost or price. The following factors and possible points shall be used to evaluate proposals: a. Price (50 points); b. Management Approach (20 points), c. Identify Key Personnel (identifying key personnel) (10 points); d. Ability to meet the Service Requirement and Schedule (10 points); and e. Past Performance (10 points). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, ?Offeror Representations and Certifications?Commercial Items? with its offer. Proposals must also include Contractor?s DUNS Number, prompt payment terms and correct remittance address, if different from mailing address. The successful Offeror will be required to complete and submit an ACH form, for Electronic Funds Transfer (EFT), to the Contracting Officer before submitting their first invoice. (xi) The clause at 52.212-4, ?Contract Terms and Conditions?Commercial Items? applies to this acquisition with no addenda to the clause. (xii) FAR Clause 52.212-5, ?Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items? applies to this solicitation as well as the following clauses contained within FAR Clause 52.212-5: 52.222-21, Prohibition of Segregated Facilities?; 52.222-26, ?Equal Opportunity (E.O. 11246)?; 52.222-35, ?Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212)?; 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, ?Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, 13129)?; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332)?. (xiii) There are no additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition. (xv) No CBD numbered notes apply to this procurement. (xvi) Failure to provide any of the above-required CLIN may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Proposals shall be in writing and must be signed by an official authorized to bind the organization. Oral proposals will not be accepted. Questions must be submitted in writing to the Contracting Officer at the email address or facsimile number provided at the end of this notice. Please note that the deadline for submission of questions is February 17, 2006 by 2:00PM, Eastern Standard Time. Questions must be submitted in writing. Proposals may be faxed to (202) 260-0855 with an original sent via overnight delivery prior to the deadline. Proposals are due at the Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 2523, Washington, DC 20237 on March 1, 2006, at 2:00PM, Eastern Standard Time. (xvii) Contact: Wayne Greene, Contracting Officer, Telephone: (202) 619-2339, Facsimile: (202) 260-0855, email: wgreene@ibb.gov. All responsible sources may submit an offer that will be considered by the Agency.
 
Place of Performance
Address: Jamaica, NY 11430
 
Record
SN00985736-W 20060212/060210213850 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.