SOLICITATION NOTICE
99 -- Mail Handling System Container Unloader - Request for Proposal Package
- Notice Date
- 1/2/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- United States Postal Service, Transportation Portfolio, Transportation Purchasing (HQ), 475 LEnfant Plaza SW Room 4900, Washington, District of Columbia, 20260-6210, United States
- ZIP Code
- 20260-6210
- Solicitation Number
- 3A-18-A-0021
- Point of Contact
- Whitney Lee, Phone: 703-280-7789, Dan Schonthaler, Phone: (703) 280-7102
- E-Mail Address
-
Whitney.Lee@usps.gov, dan.g.schonthaler@usps.gov
(Whitney.Lee@usps.gov, dan.g.schonthaler@usps.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- This package contains all the information for the base solicitation. Feel free to reach out to me should you have any questions. USPS Material Handling Engineering (MHE), has been tasked with replacing the existing Integrated Mail Handling System (IMHS) Hydraulic Container Unloaders (HCU) in Jacksonville (JAX) National Distribution Center (NDC). These unloaders are located in front of the docks. Trucks are parked at the docks and the mail from various containers is unloaded. The unloader style used in the original design was such as to match the pivoting point of an unloader with the height of the unloading conveyor. Postal Service is looking to replace 16 unloaders. The purpose of this post is to request a cost (j-forms are required) and technical proposals compliant with this solicitation's requirements for modifications to mail processing equipment. •· The MINIMUM wages paid and MINIMUM fringes paid for the modifications to the subject mail processing equipment shall be governed by the Davis Bacon Act. See the attached General Wage Decision for all wages and fringes. In any event, the supplier is responsible for proposing the correct labor category and rates commensurate with the actual type work performed and paying the workers according to the most current General Wage Decision available to all suppliers at the following DOL website. http://www.wdol.gov/dba.aspx - The supplier must perform on site, with its own organization, work equivalent to at least (85) percent of the total amount of work to be performed under this contract. If the supplier is not self-performing the on-site installation work, then this requirement, Clause B-42, must be placed on the supplier's subcontractor(s). If the supplier is not self-performing the supervision for the on-site installation work, then Clause B-43, must be placed on the supplier's subcontractors along with the Key Personnel Clause 4-8. The percentage of work required to be performed by the supplier may be reduced with written approval of the contracting officer. Before performing any work in the area, the contractor shall apply the attached "Poster" at eye level inside the work area in a secure fashion using adhesive on all four (4) corners so that the "Poster" remains flat against the surface for the duration of the job. Insert my name and phone number with a permanent black or blue marker. As the Prime Contractor you must flow-down the Postal Service requirements found under this solicitation to any subcontractor performing on-site labor whose aggregate contract exceeds $2,000 in value. In addition, those subcontractors performing on-site work must complete Jforms and signed quotations for submission with the Prime Contractor's proposal to the Postal Service. The attached Security Clearance Requirements apply. The supplier and the supplier's subcontractor(s) performing on-site work must be in compliance with the attached. YOU MUST SIGN THE ATTACHED CERTIFICATION AT THE TIME OF PROPOSAL SUBMISSION, so that we know you and your subcontractors will/can comply with this requirement. Failure to correctly comply with the above requirements will result in the proposal being set aside without further consideration. a) The supplier must submit a cover letter that is compliant to the items 1 THROUGH 10 (form 8203) listed in Provision 4-1. b) The attached Provision 4-2 shall apply for evaluation purposes. c) The supplier must provide a completed Provision 4-3 submission. Scope of Work is attached. If conflicts exist between the attached scope of work and the attached general provisions and clauses, then the Postal Service general provisions and clauses shall prevail. This solicitation, if funded, shall result in a firm fixed price contract governed by the Davis Bacon Act. The supplier is not entitled to compensation for generating cost/price/technical proposal. This requirement may not be funded and your response is voluntary. In accordance with the attached provisions and clauses, (see clauses 8-6, 8-9) if the subject requirement is funded by the Postal Service, in whole or part, the USPS shall possess unlimited rights in technical data, rights in computer software, and intellectual property rights for all deliverables and any items including concepts and ideas. Under certain circumstances the Postal Service will possess limited data rights or restricted rights. (See provision 8-2, and clause 8-6, paragraph g, limited rights, clause 8-9, paragraph g, restricted rights.)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USPS/TP/NMTP/3A-18-A-0021/listing.html)
- Place of Performance
- Address: Jacksonville NDC, 7415 Commonwealth Avenue, Jacksonville, Florida, 32099-9998, United States
- Zip Code: 32099-9998
- Zip Code: 32099-9998
- Record
- SN04779178-W 20180104/180102230739-da12d2c1b123ab49fec881e6da079285 (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 |