Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2017 FBO #5540
DOCUMENT

49 -- NECPAC Mailroom Maintenance Agreement - Attachment

Notice Date
1/21/2017
 
Notice Type
Attachment
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of Veteran Affairs;Program Contract Activity Central;(PCAC);11152 South Towne Square;Saint Louis MO 63123
 
ZIP Code
63123
 
Solicitation Number
VA77717N0020
 
Response Due
1/31/2017
 
Archive Date
2/15/2017
 
Point of Contact
MARK FERGUSON, CONTRACT SPECIALIST
 
E-Mail Address
Mark.Ferguson@va.gov
(Mark.Ferguson@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement (PWS) Mail Room Rental Equipment Maintenance North East Consolidated Patient Accounts Center (NECPAC) 1. Title of Contract: Mail Room Rental Equipment Maintenance- NECPAC 2. Objectives: The objective of this contract is to provide maintenance for the mail room equipment at the North East CPAC located at 1700 S. Lincoln Ave., Bldg. 2, Lebanon, PA 17042. The maintenance shall enable the VA postal facility to provide mail service to agencies within the local area of the main mail facility. 3. Scope of work: The contractor shall provide subject matter expertise and labor required for the maintenance of the following rental equipment: Equipment Serial #: Name: 11EY5585 IM5500 FOLDING MACHINE 271004010405 WP-MR MAIL AND PARCEL POST SCALE ZB02741 & ZB02742 LETTER OPENERS MS1117002629 IM5000 MAIL PROCESSING MACHINE The contractor shall perform maintenance in accordance with (IAW) the manufacturer recommendation (Neopost/Hasler Equipment) for each piece of equipment and Technical Data Sheet. The contractor shall provide evidence that key contract personnel are maintenance personnel with relevant experience, expertise and demonstrated success in the maintenance of the mail room equipment. Neopost USA, and its authorized resellers, are the only authorized sales, supplies, parts and servicing providers for Neopost-manufactured Mailing Systems. 4. Tasks and Deliverables: 4.1 Task: The contractor and Contracting Officer s Representative (COR) shall hold a meeting within 5 days after award to discuss the maintenance schedule of each piece of equipment. 4.2 Task: Maintenance of Mail Room Equipment. The contractor shall provide all the labor, material, parts, and personnel for the maintenance of the Mail Room Equipment. The maintenance for the machines will include but not limited to the following: Cleaning out the letter feeders, lubricating any moving parts that require lubrication, adjusting of any pulley systems or moving parts to any of the machines, replacement of bands and removal of any waste from the machines. Maintenance may not be listed in the SOW to be completed IAW standard manufacturing practices shall be required also to ensure the equipment is performing to its most efficient ability. A detail maintenance report of the work completed shall be provided to the COR after maintenance of each piece of equipment. The COR shall furnish monthly reports to the CO via email. 4.3 Table 1: Deliverables Table Deliverable Description No. Due 4.1 Maintenance schedule for each piece of equipment 1 Within 10 business days after 4.1 Task meeting. 4.2 Detailed maintenance Report 1 Within ten 10 business days after completion of work, 6. Period of Performance: BASE YEAR: March 6, 2017 to March 5, 2018 OPTION 1: March 6, 2018 to March 5, 2019 OPTION 2: March 6, 2019 to March 5, 2020 7. Government Recognized Holidays: Unless specifically authorized in writing by the Contracting Officer, no services shall be provided and no charges shall be incurred and/or billed to any order on this contract on any of the Federal Holidays Listed below: New Year s Day January 1 Independence Day July 4 Veterans Day November 11 Christmas Day December 25 7.1 If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday. The other six holidays are set by a day of the week and month: Martin Luther King s Birthday Third Monday in January Washington s Birthday Third Monday in February Memorial Day Last Monday in May Labor Day First Monday in September Columbus Day Second Monday in October Thanksgiving Fourth Thursday in November 8. Place of Performance: Maintenance of the rental mailroom equipment is located at the NECPAC Mail Room: 1700 S. Lincoln Ave., Bldg. 2, Lebanon, PA 17042 9. Travel: Travel cost is included in the cost of the contract. 10. Type of Contract: The Government anticipates an award of a Firm Fixed Price contract. 11. Post Award Conference: The contractor shall not commence performance on the tasks in this PWS until the Contracting Officer has conducted a post award conference, or has advised the contractor that a post award conference is waived. 12. General Requirements: For every task, the contractor shall identify in writing all necessary subtasks (if any), associated costs by task, and associated sub-milestones and dates. The contractor s subtask structure shall be reflected in the technical proposal and detailed work plan. 12.1 All final documents produced for posting on VA Internet or Intranet sites shall be prepared in a manner to ensure compliance with Section 508 of the Americans with Disabilities Act. Requirements are found at this website: http://www.section508.gov/. 12.2 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this Performance Work Statement (PWS). The contractor shall develop and implement procedures to identify, correct, prevent, and ensure non-recurrence of defective services. Defective services shall be reworked at no additional cost to the Government and performance ratings may be affected. The contractor s quality control program outlined below is the means to ensure that the work complies with requirements of the contract. 12.2.1 Table 3: Quality Control Performance Indicator Performance Standard Acceptable Quality Level Method of Surveillance Frequency Para 4.2 Detailed Maintenance Report Contractor provide maintenance report in compliance with requirements in the PWS No significant errors or omissions on final maintenance report for each piece of equipment Maintenance report submitted to COR 10 business days after completion of work 13. Formal Acceptance or Rejection of Deliverables: The Government shall review each deliverable and provide feedback/comments. The Contracting Officer shall review and determine final acceptance by the Government. The Contracting Officer shall notify the contractor of final acceptance within five business days. Deliverables that are deemed unacceptable shall be returned for rework. Rework on all deliverables shall be complete within five business days. Failure to meet the standard on any deliverable can reflect poorly on past performance reports. Continued failure may require cancellation or termination. 14. Changes to the Performance Work Statement (PWS): Any changes to this PWS shall be authorized and approved only through written correspondence from the Contracting Officer. A copy of each change shall be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. 15. Contractor Reporting Requirements: The contractor shall provide the Contracting Officer with monthly written progress reports. These are due by the fifth workday following the end of each calendar month, through the project s duration. The progress report shall cover all work completed during the preceding month and shall present the work to be accomplished during the subsequent month. This report shall identify any problems that arose, along with a statement explaining how the problem was resolved. The report shall include invoiced and paid amounts, with a cumulative total. This report shall also identify any problems that have arisen but have not been completely resolved, with an explanation. 16. Government Responsibilities: 16.1 The COR shall arrange access to the facility for maintenance and ensure access is available for the duration of the maintenance. 16.2 The COR shall meet the vendor in the front lobby and ensure that the vendor obtain an official Visitor(s) badge before entry to the building. 16.3 The Vendor will sign in/sign out at the Lobby and annotate the visitor log book with the required information listed in the log book. 16.4 The NECPAC is a secured building and all visitors including maintenance workers must be escorted throughout the buildings at all times. 16.5 All scheduled maintenance shall take place between the hours of 8:30am and 3pm (EST). Offeror s Submittal of Interest: Interested and capable firms are requested to provide the following data/information to the attention of the Contracting Officer identified herein. a) Company s name: b) Company s address: c) Company s point of contact name: d) Company s phone, fax, and email address: e) Company s Tax ID Number: f) Company s DUNS number and Cage Code: g) Type of business, e.g. Small Service Disabled Veteran Owned Small Business, Veteran Owned Small Business, SBA Certified 8(a) Firm, SBA Certified HUBZone Firm, Women Owned Small Business, SBA Certified Small Disadvantaged Business, Small Business, or Other than Small Business, relative to NAICS code 333318: h) Federal Supply Schedule number (if applicable): i) Statement of Capability that demonstrates the offeror's capability and past performance in providing and meeting the type of service requirement; to include the data and information stated herein. e-Mail submissions will be acceptable at mark.ferguson@va.gov. Submissions should be submitted no later than 2:00 p.m., Central Standard Time (CST) on January 31, 2017. NO FAX/ FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Questions: Requests for clarification and/or information regarding this RFI must be submitted to the Contracting Officer in writing (email) ONLY. Any interested Offeror desiring an explanation or interpretation of the anticipated solicitation specifications must request it in writing.  No phone responses will be accepted. NOTE: All responses must reference the RFI # and Description of the project in the Header or Opening Statement. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government MUST be registered in the System for Award Management (SAM) website, located on at www.sam.gov. It is desirable that Offerors complete their business Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses who respond to a solicitation must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. Disclaimer: The purpose of this RFI is to gain knowledge of potential qualified sources and their business size classification, and is issued solely for information and planning purposes only and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responders are solely responsible for all expenses associated with responding to this RFI. The Government is not obligated to nor will it pay for or reimburse respondent parties for any costs associated with responding to this Sources Sought Synopsis Announcement. NOTE: No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Announcement. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Also, please be advised that Neopost USA, and its authorized resellers, are the only authorized sales, supplies, parts and servicing providers for Neopost-manufactured Mailing Systems. At this time no solicitation exists; therefore, do not request a copy of the Solicitation. After a review of the responses received, a Pre-Solicitation Notice and Solicitation may be published on Federal Business Opportunities (FedBizOpps) website or GSA E-buy. It is the potential Offeror's responsibility to monitor FedBizOpps and E-buy for release of any future solicitation that may result from this Sources Sought Announcement. However, responses to this Sources Sought Announcement will not be considered adequate responses to any resultant solicitation. Comments/Concerns: Please provide the Contracting Officer, under company/firm s letterhead, any comments and/or concerns you may have regarding this Sources Sought Announcement. Mark Ferguson Contract Specialist Department of Veterans Affairs Program Contract Activity Central (PCAC) - St. Louis, MO 314-894-6656 x 65116 Mark.Ferguson@va.gov DISCLAIMER This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAC/VAAAC/VA77717N0020/listing.html)
 
Document(s)
Attachment
 
File Name: VA777-17-N-0020 VA777-17-N-0020_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3224026&FileName=VA777-17-N-0020-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3224026&FileName=VA777-17-N-0020-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: North East Consolidated Patient Accounts Center;1700 S. Lincoln Ave;Lebanon, PA
Zip Code: 17042
 
Record
SN04377278-W 20170123/170121233044-95752abdc04baa8dbd5883002053bda1 (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.