SOLICITATION NOTICE
74 -- Mailing Machine with Maintenance & Meter Rental
- Notice Date
- 9/24/2007
- Notice Type
- Solicitation Notice
- NAICS
- 333313
— Office Machinery Manufacturing
- Contracting Office
- Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street Bldg #21, Room 2B218, Columbus, OH, 43218, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HQ0423-07-T-0019
- Response Due
- 9/26/2007
- Archive Date
- 10/11/2007
- Point of Contact
- William Mayo, Contract Specialist, Phone 614-693-1972, Fax 614-693-1808, - William Mayo, Contract Specialist, Phone 614-693-1972, Fax 614-693-1808
- E-Mail Address
-
william.mayo@dfas.mil, william.mayo@dfas.mil
- Description
- This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. This is solicitation number HQ0423-07-T-0019 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, Fac 2005-19, Effective 17 Sep 2007 and 2005-20, Effective 06 Sep 2007 & Class Deviation 2005-o0001. This requirement is UNRESTRICTED with a primary NAICS of 333313. Requirement: Supply a mailing machine, meter rental and maintenance support in accordance with the Statement of Work. Description of items/services: STATEMENT OF WORK Mailing System and Maintenance DFAS Indianapolis 1. SCOPE: The contractor shall furnish and install a Digital Mailing System and related equipment at the Defense Finance and Accounting Service ? Indianapolis, 8899 East 56th Street, Indianapolis IN 46249-6540. In addition, preventative and full service comprehensive maintenance shall be required and include all necessary labor, parts, and material required to provide this service. Service includes the rental of one Digital Postage Meter. 2. PLACE OF PERFORMANCE: Installation shall be at the site noted above. Repairs shall be accomplished on-site at the location of the equipment. 3. GENERAL: 3.1. Unless otherwise coordinated with the Government Point of Contact (GPOC) maintenance and repair services shall be provided during normal working hours, 0700 to 1530, Monday through Friday, excluding Federal Holidays. 3.2. Installation of the Digital Mailing System and related equipment shall be completed no later than 45 days after award of contract. 3.3. A factory warranty covering all parts and labor will begin on the first day of operation and shall for a minimum of 90 days. If the contractor?s standard warranty is for a longer period, that longer period will apply. The maintenance agreement described under part 4 will be an option on the initial award and will be made effective at the end of the warranty period. 3.4. The GPOC will act, on-site, as the technical point-of-contact for the Government, initiate service calls, and perform acceptance of the GPOC?s authority is limited to technical issues and he/she is not authorized to make contractual decisions. The authority to resolve monetary issues and contractual interpretation is the responsibility of the Contracting Officer. 4. REQUIREMENTS: 4.1. Equipment. Provide equipment to comply with the USPS pricing method known as Shape-Based Pricing. Ability to process up to 250 letters per minute (without weighing on the move). Process envelopes of varying sizes and shapes. Have the ability to support a minimum of 300 departmental accounts. System to interface with a scale having a minimum capacity of 70 lbs. Easy to read LCD touch screen operation. Ability to connect to a PC to track and manage postal cost. 4.2. Preventive Maintenance: The contractor shall perform preventive maintenance two (2) times per 12 month period. Work performed shall include, but not be limited to, cleaning, adjusting, aligning of each electronic and mechanical component, replacing parts where needed to maintain the machine in good operating condition. 4.3. Maintenance. The contractor shall provide on-site call maintenance to include all labor and replacement parts. Repairs shall be made in accordance with manufacturer specifications. The contractor shall respond within four (4) hours after notification of the repair call. The contractor shall be responsible for assuring repair is accomplished within twelve (12) working hours of the repair call. 4.4. Equipment Rental. Monthly rental of one (1) Secure IBI Digital Postage Meter meeting all requirements of the USPS Regulations. Contractor is responsible for the control, operation, maintenance, and replacement of the postage meter. 4.5. Parts and Materials. Parts and materials used for repairs/maintenance shall be new and meet manufacturer specifications. The contractor shall maintain an adequate inventory of spare parts to accommodate the repair of equipment within the time limits specified in para. 4.3. 5. SECURITY REQUIREMENTS: Compliance with the security procedures of DFAS Indianapolis will be required. Access to the facility will be coordinated with GPOC. Contractor employees who will require access to the DFAS-Indianapolis building, must present a valid picture ID (Drivers License) for access. Provisions and clauses: The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5 , Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Deviation), applies to this acquisition. Addendum: 52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 14 days prior to the expiration of the contract. 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 14 days prior to the expiration of the contract; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 days [60 days unless a different number of days is inserted] before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 4 years and 2 months* (months)(years). *ESTIMATED. Based on actual award date, duration will be adjusted accordingly. Basis for Selection: The Government will award to the contractor whose proposal is determined to be the ?best value? to the Government, price and other factors considered. The factors that will be considered are Price and Past Performance. Offerors should address the following: ? Past Performance: Offerors are allowed to submit up to a maximum of 5 pages of past performance information for previous work experience on similar projects, including outcomes and points of contact. All pages after the first 5 pages, regardless of whether they are title pages, tables of content, etc., will not be evaluated. These pages shall be properly identified at the top of each page a Past Performance Information. ? Price: Evaluation of price will be based on the total quoted price, including the option periods. Offerors are allowed to submit up to a maximum of 1 page of supporting information on their price; however this is not required. All pages after the first page, regardless of whether they are title pages, tables of content, etc., will not be evaluated. These pages shall be properly identified at the top of each page as Pricing Support Information. Provide in the following or similar format. BASIC AWARD 0001 ? Delivery and Installation of Mailing System ? Price: OPTION YEAR 1 0002 ? Maintenance ? Monthly price: 0003 - Meter Rental ? Monthly price: OPTION YEAR 2 0004 ? Maintenance ? Monthly price: 0005 - Meter Rental ? Monthly price: OPTION YEAR 3 0006 ? Maintenance ? Monthly price: 0007 - Meter Rental ? Monthly price: OPTION YEAR 4 0008 ? Maintenance ? Monthly price: 0009 - Meter Rental ? Monthly price: Quotes should NOT include more than 7 total pages of information ? five (5) pages for Past Performance, one (1) page for Pricing Support information, and one (1) additional page of basic quote information (eg. CAGE, Taxpayer ID Number (TIN), point of contact, term of quote validity, etc.).. Any additional contract requirement(s) or terms and conditions: None. The Defense Priorities and Allocations System (DPAS) applies and the assigned rating for this requirement is DOC9. Offers are due by 5:00 p.m. Eastern on 26 Sep 07. Point of Contact (POC): William Mark Mayo Phone Number: 614-693-1972 Fax Number: 614-693-1808 e-mail address: William.Mayo@dfas.mil Facsimile and e-mail quotes are acceptable and preferred. Furnish quotes to the POC on or before the closing time listed in this RFQ.
- Place of Performance
- Address: DFAS Indianapolis, 8899 East 56th St., Indianapolis, IN
- Zip Code: 46249-6540
- Country: UNITED STATES
- Zip Code: 46249-6540
- Record
- SN01419467-W 20070926/070924225108 (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 |