SOLICITATION NOTICE
74 -- Folding/Inserter System and Digital Mailing Machine
- Notice Date
- 8/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333319
— Other Commercial and Service Industry 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, Ohio, 43218
- ZIP Code
- 43218
- Solicitation Number
- KOACL2RV128
- Archive Date
- 8/29/2012
- Point of Contact
- Teresa Knotts, Phone: 614-693-1974
- E-Mail Address
-
teresa.knotts@dfas.mil
(teresa.knotts@dfas.mil)
- Small Business Set-Aside
- N/A
- 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is KOACL2RV128 and is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-60, effective July 26, 2012. The Government intends to include the FAR, DFARS, and DFAS clauses and provisions listed in this solicitation, to include any addenda, either by reference or in full text in the resulting award and are not all inclusive. The FAR and DFARS clauses may be accessed in full text at http://farsite.hill.af.mil/. This requirement is unrestricted. The associated NAICS code is 333318, Other Commercial and Service Industry Machinery, and the small business size standard is 1,000 employees. Contract line items, quantities, and units of measure CLIN 0001 - Quantity 1 - Unit of Issue is Each Folding/Inserter System, Pitney Bowes PN D12000 or Equal CLIN 0002 - Quantity 2 - Unit of Issue is Each Digital Mailing Machine, Pitney Bowes PN D3000 or Equal CLIN 0003 - Quantity 1 - Unit of Issue is Year Inserter Maintenance Period of Performance will be for one year effective upon expiration of the warranty CLIN 0004 - Quantity 1 - Unit of Issue is Year Mail Machine Maintenance Period of Performance will be for one year effective upon expiration of the warranty 1st Option Year CLIN 0005 - Quantity 1 - Unit of Issue is Year Inserter Maintenance Period of Performance will be for one year effective upon expiration of the base year maintenance CLIN 0006 - Quantity 1 - Unit of Issue is Year Mail Machine Maintenance Period of Performance will be for one year effective upon expiration of the base year maintenance 2nd Option Year CLIN 0007 - Quantity 1 - Unit of Issue is Year Inserter Maintenance Period of Performance will be for one year effective upon expiration of the 1st option year maintenance CLIN 0008 - Quantity 1 - Unit of Issue is Year Mail Machine Maintenance Period of Performance will be for one year effective upon expiration of the 1st option year maintenance 3rd Option Year CLIN 0009 - Quantity 1 - Unit of Issue is Year Inserter Maintenance Period of Performance will be for one year effective upon expiration of the 2nd option year maintenance CLIN 0010 - Quantity 1 - Unit of Issue is Year Mail Machine Maintenance Period of Performance will be for one year effective upon expiration of the 2nd option year maintenance 4th Option Year CLIN 0011 - Quantity 1 - Unit of Issue is Year Inserter Maintenance Period of Performance will be for one year effective upon expiration of the 3rd option year maintenance CLIN 0012 - Quantity 1 - Unit of Issue is Year Mail Machine Maintenance Period of Performance will be for one year effective upon expiration of the 3rd option year maintenance Description Statement of Work (SOW) Digital Mailing Machine and Folding/Inserting System August 3, 2012 1.0. Project: Procurement of a Digital Mailing Machine and Folding/Inserting System for the Defense Finance and Accounting Service (DFAS) Cleveland. 2.0. Objective: The objective is to provide DFAS Cleveland with the ability to continue its mission with a high quality mail delivery system and meet all United States Postal Service (USPS) regulations. 3.0. Background: The current desktop mailing system is prone to frequent breakdowns and is outdated resulting in a temporary loss of service to our customers. Currently, the DFAS Cleveland mailroom meters 127,347 pieces per month and inserts 113,862 per month. Consequently, the procurement of newer/updated mail and inserter systems is needed to ensure there is no degradation in service. 4.0. Scope: The contract will include a folder/feeder system with all components necessary to fold, insert, meter and prepare correspondence for mailing. The mailing system will include accounting software and meet all USPS regulations. 5.0. Skills Required: The Contractor will furnish all training and training materials to DFAS Cleveland mailroom personnel. 6.0. Place of Performance: All work shall be completed at DFAS Cleveland, Federal Office Building (FOB), 1240 East 9th Street, Cleveland, OH 44199-2055. 7.0 Requirements: 7.1. Digital Mailing Machine: Automatic shape-based rating, automatic Commercial Based Pricing (CBP), address management software, four speed options, adhesive/gummed tape, mailing scale 15 lbs., rate change software, accounting system, seal/unseal modes, power stacker, open or closed flap sealing, pump fed flapping system, console with scale stand, 300 letters per minute, digital stamping, ability to process mail up to ½" thick, barcode scanner, laser printer, external USB report printer, color touch screen, on-screen keyboard, stacking options, USPS E-services and 25' LAN cable. Mailing System Capabilities: Shall be web-enabled. Shall have ability to connect to USPS E-Services. On-envelope messaging Graphics Designed Tool allowing printing of OCR barcodes, logo's, etc. on the front of the envelope. 7.2. Folding/Inserting System: 10,000 per hour rate for letter and 8,000 flats per hour, automated fold capability, fold types: C, Z, Half, Double, No fold. Inserter shall have integrity scanning to include OMR, Barcode and 2D capable. Fixed beam OMR and Barcode scanner. The inserter will include 25K vacuum sheet feeder, choice of reverse or forward accumulation, continuous loading for variable page statements, portrait or landscape feeding, accepts address window in all positions and address on first or last sheet, multiple sheet feeder, high capacity sheet feeder, resettable meter, scalable platform, reporting system should include metrics and mail run audit, on-call service installation, training and personalized service support. Folding/Inserting System Capabilities: Letters 6 x 9 Envelopes Legal Flats Air and friction feeding capability 7.3. Maintenance on Equipment: The maintenance will cover any/all service calls placed as necessary. The maintenance will become effective when the warranty (90 days) has expired and will be effective for a one year period. The maintenance will include three one-year option periods for a total of four years maintenance coverage. 8.0. Deliverables: The Contractor shall provide the following deliverables: 8.1. Digital Mailing System, to include (but not limited to) the following features: base unit, folding unit, conveyer and a postage security device (mail meter). The system will also contain accounting software and must meet USPS "weigh on the way" software requirements and Intelligent Mail Barcode capability. 8.2. Inserter Machine, to include (but not limited to) the following features: base unit (console), high capacity sheet feeder(s), folder, and an insert feeder. 8.3. Installation of equipment delivered and confirmation of equipment being in working order before final departure. 8.4. On-Site training and training material upon hardware/software delivery and installation. 8.5. Four year full maintenance to include all parts and labor charges. 9.0. Travel: Contractor will not be reimbursed for any travel expenses resulting from this contract. 10.0. Period of Performance: Delivery of the equipment/systems will be 21 days from date of award. Full product warranty (90 days) will become effective once the equipment/system has been accepted by the Government. Maintenance will become effective upon expiration of the warranty (90 days) and will be in effect for a one year period. Option years will be for a one year period noting that they will be exercised at the discretion of the Government. 11.0. Government Facility Entrance: All Contractor personnel or any representative of the Contractor entering any Government facility or Government leased facility shall abide by all security regulations and be subject to security checks. Access to the DFAS Cleveland mailroom must be coordinated with the Contracting Officer Representative (COR). 12.0. Data Security: Official correspondence for and by DFAS Cleveland is considered "Sensitive" and the information contained therein is protected under current "Privacy Act" requirements. As such, adequate safeguards will be established and in place to protect the correspondence from either misuse or from natural or man-made disaster's. 13.0. Proprietary Information: Information acquired by the Contractor pursuant to the performance of the tasks under this SOW shall not be disclosed by the Contractor to others outside the approved Contractor team members and the oversight staff without prior approval by the COR. 14.0. Terms of Service: Contractor will be expected to be on-site within 24 hours following a request for repair or to perform routine maintenance. Maintenance/repair services shall be provided during normal working hours, 7:00 A.M. to 4:00 P.M., Monday through Friday, excluding Federal holidays. A service line number will be provided to DFAS for this purpose. 15.0. Subcontracting: The Contractor shall not engage sub-contractor's to perform any of its duties or responsibilities under this contract without the prior written approval from the DFAS Contracting Officer. If the Contractor's proposal leading to this contract requests approval for use of named or designated sub-contractor's and if the DFAS Contracting Officer has accepted that proposal, the sub-contractor shall be deemed approved and further approval shall not be needed. 16.0. Inspection and Acceptance: Inspection and acceptance of all work completed will be performed by the COR. After acceptance, a copy of the signed acceptance documentation shall be sent to the Contracting Officer. The Government will notify the Contractor of any service that is unacceptable within seven (7) calendar days. The Contractor will correct any deficiency within fifteen (15) calendar days of notification of an unacceptable service. 17.0. Payment: Payments for maintenance shall be made in arrears after services rendered semi-annually. 18.0. Invoices: Reference clauses 52.232-33, 252.232-7003, and 252.232-7006. 19.0. Site Visit: A site visit may be scheduled with prospective vendors if needed by contacting the COR, Donna Jenkins, at (216) 204-7048 or by email at donna.jenkins@dfas.mil. End of Statement of Work Performance Periods Delivery of the equipment/systems will be 21 days from date of award. Full product warranty (90 days) will become effective once the equipment/system has been accepted by the Government. Maintenance will become effective upon expiration of the warranty and will be in effect for a one year period. The resulting award will include three one-year option periods for maintenance that may be exercised at the discretion of the Government. Place of Performance (Requiring Activity) The requirement to be provided is for Defense Finance and Accounting Service (DFAS), 1240 East 9th Street, Cleveland, OH 44199-2055. Inspection and Acceptance Terms F.O.B. destination with inspection at destination, inspection by Government, acceptance at destination, and acceptance by Government. The provision of 52.212-1, Instruction to Offers - Commercial, applies to this acquisition. Evaluation Procedures The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal conforming to the solicitation will be most advantageous (best value) to the Government, price and other factors considered. The factors used to evaluate proposals in conjunction with the requirements of the statement of work will be past performance and price. Offerors should address the factors as follows: 1. Past Performance - Offerors should demonstrate their ability to meet the requirements set forth in the statement of work. The offeror may provide up to a maximum of five performance references of similar contracts or projects within the past five years. Past performance information shall include recent and relevant contracts for the same or similar services. References are to be included as well as the points of contact and their telephone number, facsimile number, and email address. The Government will evaluate this for determining how similar or relevant the past experience is toward this requirement and how well the offeror has performed such work. Contracts listed may include those entered into with the Federal Government, agencies of the state and local governments, and commercial customers. The Government reserves the right to contact sources other than those provided and any information received may be used in the evaluation of the offeror's past performance. 2. Price - The offeror shall submit a firm fixed price proposal in accordance with the statement of work. Price will be evaluated using price analysis techniques. Options will be evaluated at time of award. The Government will evaluate proposals for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. Award will be made on an All or None basis. A unit price is to be submitted on each CLIN for each year of the requirement as provided under the contract line items, quantities, and units of measure portion of this document. Additional clauses, terms and conditions that apply to this acquisition Offerors are encouraged to complete their representations and certifications online at https://www.sam.gov/portal/public/SAM/. Otherwise, offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their proposal. 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. 52.203-3, Gratuities (Apr 1984) 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government (Sep 2006) - Alternate I (Oct 1995) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007) 52.204-4. Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations -Representation (May 2011) 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (May 2012) 52.211-6, Brand Name or Equal (Aug 1999) 52.211-17, Delivery of Excess Quantities (Sep 1989) 52.217-5, Evaluation of Options (Jul 1990) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) 52.219-8, Utilization of Small Business Concerns (May 2004) 52.219-28, Post-Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222.26, Equal Opportunity (Mar 2007) 52.222.35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers With Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (Sep 2010) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222.50, Combating Trafficking in Persons (Feb 2009) 52.222-54, Employment Eligibility Verification (Jan 2009) 52.223-11, Ozone-Depleting Substances (May 2001) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.225-18, Place of Manufacture (Sep 2006) 52.225-25, Prohibition on Contracting With Entities Engaging in Sanctioned Activities Relating to Iran Representation and Certification (Nov 2011) 52.227-1, Authorization and Consent (Dec 2007) 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement (Dec 2007) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) 52.223-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.237-3, Continuity of Services (Jan 1991) 52.242-13, Bankruptcy (Jul 1995( 52.242-15, Stop-Work Order (Aug 1989) 52.247-34, F.O.B. Destination (Nov 1991) 52.253-1, Computer Generated Forms (Jan 1991) 252.201-7000, Contracting Officer's Representative (Dec 1991) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Jan 2009) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-0001, Line Item Specific: Single Funding (Sep 2009) 252.204-7003, Control Of Government Personnel Work Product (Apr 1992) 252.204-7004 Alt A, Central Contractor Registration Alternate A (Sep 2007) 252.204-7006, Billing Instructions (Oct 2005) 252.204-7008, Export-Controlled Items (Apr 2010) 252.204-7011, Alternative Line-Item Structure (Sep 2011) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) 252.209-7004, Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country (Dec 2006) 252.211-7008, Use of Government-Assigned Serial Numbers (Sep 2010) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) (Dec 2010) 252.223-7008, Prohibition of Hexavalent Chromium (May 2011) 252.225-7002, Qualifying Country Sources as Subcontractors (Jun 2012 252.225-7012, Preference for Certain Domestic Commodities (Jun 2012) 252.225-7013, Duty-Free Entry (Jun 2012) 252.225-7016, Restriction o Acquisition of Ball and Roller Bearings (Jun 2011) 252.225-7021, Trade Agreements (Jun 2012) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252,232-7010, Levies On Contract Payments (Dec 2006) 252.233-7001, Choice of Law (Overseas) Jun 1997) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) 252.239-7001, Information Assurance Contractor Training and Certification (Jan 2008) 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.243-7002, Requests for Equitable Adjustment (Mar 1998) 252.246-7000, Material Inspection and Receiving Report (Mar 2008) 252.247-7023, Transportation of Supplies by Sea (May 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000) 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 before expiration of the order/contract. (End of clause) 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; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 days 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 four years. (End of clause) 52.232-18 Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) 52.233-2 Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from William Mark Mayo at Defense Finance and Accounting Service (DFAS), 3990 East Broad Street, Building 21, Room 2B219, Columbus, OH 43213-1152. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of provision) 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of clause) 52.252-5 Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) 52.252-6 Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.232-7006 Wide Area Workflow Payment Instructions (Jun 2012) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov;and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice (standalone) and Receiving Report (standalone) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Not Applicable (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* ------------------------------------------------------------------------ Field Name in WAWF Data to be entered in WAWF ------------------------------------------------------------------------ Pay Official DoDAAC Issue By DoDAAC Admin DoDAAC Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) ------------------------------------------------------------------------ To be furnished at time of award (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the ``Send Additional Email Notifications'' field of WAWF once a document is submitted in the system. To be furnished at time of award (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. To be furnished at time of award (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) DAS 52.39-9000 Representation of Compliance with the Electronic and Information Technology Accessibility Standards (May 2003) (b) Submission of the representation referenced in paragraph (b) and (c) is a prerequisite imposed by 36 CFR 1194 for making or entering into this contract. (c) By submitting an offer or quote, the offeror represents that the products and services offered in response to this solicitation comply with the Electronic and Information Technology (EIT) Accessibility Standards at 36 CFR 1194, unless stated otherwise within the quotation or proposal. (d) By submitting an offer or quote, the offeror further represents that any EIT products and services offered in response to this solicitation that are less than fully compliant are offered pursuant to extensive market research, which ensures that they are the most compliant products and services available to satisfy this solicitation's requirements. (End of Provision) DAS 52.39-9001 Accessibility of Electronic and Information Technology (May 2003) (a) Each Electronic and Information Technology (EIT) product or service furnished under this contract shall comply with the Electronic and Information Technology Accessibility Standards (36 CFR 1194), as specified in the contract and in the contractor's proposal. If the Contracting Officer determines any furnished product or service is not in compliance with the contract, the Contracting Officer will promptly inform the Contractor in writing. The Contractor shall, without charge to the Government, repair or replace the non-compliant products or services within the period of time specified by the Government in writing. If such repair or replacement is not completed within the time specified, the Government may take the following action: (b) In accordance with FAR 12.403 or FAR 49.4 cancel the contract, delivery or task order, purchase, or line item without termination liabilities. The Government reserves the right to accept any EIT product or service that is exempted from complying with 36 CFR 1194 in accordance with FAR 39.204. (End of Clause) DAS 52.39-9002 Section 508 Compliance - Indefinite Delivery/Indefinite Quantity Contracts (May 2003) (a) The Contractor must provide and maintain a comprehensive specific list of all offered electronic and information technology (EIT) products (supplies and services) that fully comply with Section 508 of the Rehabilitation Act of 1973, per the 1998 Amendments, and the Architectural and Transportation Barriers Compliance Board's Electronic and Information Technology Accessibility Standards at 36 CFR Part 1194. The Contractor must clearly indicate where this list (with full details of compliance) can be found (e.g., vendor's web site, or address of other web pages). The Contractor must ensure that the list is easily accessible by typical users beginning five calendar days after award. The Contractor must maintain and keep current this detailed listing of compliant products for the full contract term, including all forms of extensions, and must ensure that it is current within three calendar days of any changes to the product line. (b) The Contractor must ensure that any EIT products offered for sale to DFAS that are less than fully compliant are offered only after extensive market research has been performed sufficient to ensure that the products are the most compliant products and services available in the commercial marketplace that satisfy this contract's requirements. This is an ongoing obligation for all orders placed against this contract. If an EIT product offered under this contract no longer is the most compliant product at the time an order is placed, then before accepting or performing the order, the Contractor must advise the Contracting Officer of that fact, and shall identify for the Contracting Officer all EIT products that are more Section 508 compliant under 36 CFR 1194. If the Contractor delivers an EIT product without having provided any notice as required by this subparagraph, performance will be in default notwithstanding any an acceptance by the Government. Upon receipt of such notice, the Contracting Officer may cancel the order at no cost to the Government or may direct the Contractor to proceed with performance. (End of Clause) DFAS 52.204-9000 "REPLACEMENT OF PAPER DOCUMENT DISTRIBUTION WITH ELECTRONIC DOCUMENT ACCESS (EDA)" (June 2012) Copies of DFAS contracts and modifications are available on the Electronic Document Access (EDA) website at http://eda.ogden.disa.mil. The website provides access information as well as EDA Help Desk Support. (End of clause) DFAS 52.223-9000, "ENVIRONMENTALLY PREFERABLE PRODUCTS" (June 2012) The Environmentally Preferable Products clause is included in this contract to articulate the Government's policies on Green Contracting. FAR 23.403 sets forth the Federal Government's policy to acquire items composed of the highest percentage of recycled-content practical, in a cost effective manner while still obtaining other contracting goals. Recycled-content products are identified in the Environmental Protection Agency's Comprehensive Procurement Guidelines (CPGs). The United States Department of Agriculture (USDA) will be producing a similar list which designates Bio-based products. EPA guideline items (and USDA designated bio-based products, when designated) are seen as the minimum that should be considered when evaluating environmentally preferable materials. Other environmentally preferable materials and products not listed, but commonly used in industry outside of the Government, should also be considered. Executive Order 13423 (January 24, 2007) required federal agencies to use sustainable environmental practices, including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products. Moreover, it required that paper of at least 30 percent post-consumer fiber content must be acquired or used in Agency acquisitions of goods and services. Executive Order 13514 (October 5, 2009), required federal agencies to analyze internal processes and revise reporting requirements in order to achieve such results as improvement of water use and efficiency, promoting pollution prevention and elimination of waste. But more particularly as related to procurement, an emphasis was placed on efforts to advance sustainable acquisitions to ensure that 95 percent of new contract actions including task and delivery orders, for products and services with the exception of acquisition of weapon systems, are energy-efficient (Energy Star or Federal Energy Management Program (FEMP) designated), water-efficient, bio-based, environmentally preferable (e.g., Electronic Product Environmental Assessment Tool (EPEAT) certified), non-ozone depleting, contain recycled content, or are non-toxic or less-toxic alternatives, where such products and services meet agency performance requirements. § 1. Mandatory Use of Paper and Other Products with Recycled Content. (a) All paper utilized in the performance of this contract must be of at least 30 percent post-consumer fiber content. (b) The contractor, by responding to this solicitation, affirmatively acknowledges that it will, to the maximum extent practicable, use sustainable environmental practices including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products in the performance of this contract that meet the recycled-content recommendations for EPA designated items, which are found at http://www.epa.gov/epaoswer/non-hw/procure/products.htm. In addition, by responding to this solicitation the contractor is certifying the deliverables required under this contract shall meet the recycled-content recommendations for EPA designated items. § 2 Notice of Green Alternatives in Offerors' Product/Service. (a) When offering a product or service that contains "Green" components as that term is defined at http://www.epa.gov/epaoswer/non-hw/procure/products.htm, the contractor shall make the Contracting Officer aware of such facts in the submission of their quote or proposal. (b) The contractor, when appropriate, shall comply with FAR Clause 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products. § 2 Affirmative Duty of Contractors to Adhere to Green Contracting Policy. (a) Whenever practicable, the Contractor has an affirmative duty to examine its packaging to eliminate or reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable material for non-recyclable material in packaging. (b) Whenever practicable, the Contractor has an affirmative duty to find other materials utilized in the delivery of services under this contract and examine whether it can reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable materials for non-recyclable materials of items consumed in the furnishing of their services. (End of clause) Payment: Reference clauses 52.232-33, 252.232-7003, and 252.232-7006. CCR: Ensure that you provide your cage code and company name when responding. Note that in order to do business with the Government, companies must be registered in the CCR (Central Contract Registration). You also must have an assigned Cage Code that can be obtained when you do your CCR registration. The web site is https://www.sam.gov/portal/public/SAM/. Offeror Information: The following information must be included with your proposal. Cage Code Company Name Point of Contact Telephone Number Email Address DUNS Number TIN (Taxpayer Identification Number) Business Size/Classification (Applicable NAICS is 333318) Date Proposals are due August 14, 2012 at 2:00 P.M. EST. Point of Contact (POC): Teresa Knotts Defense Finance and Accounting Service (DFAS) Contract Services Directorate 3990 East Broad Street Building 21 2B218 Columbus, OH 43213-1152 Telephone: (614) 701-2767 Facsimile: (614) 701-2918 Email: teresa.knotts@dfas.mil Facsimile and e-mail proposals are acceptable and preferred. You are encouraged to ensure that proposals are received by the POC. Furnish proposals to the POC on or before the closing time listed in this combined synopsis/solicitation. All responsible sources may submit a proposal which shall be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DFAS/Columbus/KOACL2RV128/listing.html)
- Place of Performance
- Address: Defense Finance and Accounting Service (DFAS), 1240 East 9th Street, Cleveland, Ohio, 44199, United States
- Zip Code: 44199
- Record
- SN02829465-W 20120809/120808000023-d5357286f43d11bc0183919a8acebf00 (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 |