Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 24, 2020 SAM #6904
SPECIAL NOTICE

J -- Mail Inserter Equipment Maintenance

Notice Date
10/22/2020 5:18:50 AM
 
Notice Type
Special Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NATIONAL OFFICE - PROCUREMENT OITA NEW CARROLLTON MD 20706 USA
 
ZIP Code
20706
 
Solicitation Number
5000093627
 
Response Due
11/9/2020 9:00:00 AM
 
Archive Date
11/24/2020
 
Point of Contact
Traci Brinkley, Lynne Winemiller
 
E-Mail Address
Traci.A.Brinkley@irs.gov, Kathy.L.Winemiller@irs.gov
(Traci.A.Brinkley@irs.gov, Kathy.L.Winemiller@irs.gov)
 
Description
INTENT TO AWARD A SOLE SOURCE ACQUISITION The Department of Treasury, Internal Revenue Service (IRS) Office of Information Technology Acquisition (OITA) �intends to negotiate a Sole Source Firm-Fixed Price �Purchase Order to Bell and Howell, Inc, 3791 S. Alston Avenue, Durham, NC, 27713, for maintenance and repair of �20 Bell and Howell �mail insertion� machines located at the IRS Correspondence Production Service (CPS) sites in Detroit, Michigan and Ogden, Utah. The period of performance is February 1, 2021 through January 31, 2022. �According to market research conducted, Bell and Howell, Inc., is the only company capable of servicing the existing Bell and Howell Enduro/Forerunner mail insertion machines. A letter was received from Bell and Howell to confirm that fact. Therefore, it has been determined there is only one responsible source eligible to meet the needs with FAR 13.103-1(b)(1). ��This support is needed to ensure IRS has the capability of timely issuance of approximately 200 million mailings per year to taxpayers nationwide.� �� Bell and Howell, Inc. Enduro/Forerunner mail insertion machines are utilized by IRS at the CPS sites.� The maintenance required includes software, firmware, replacement parts, and technological support.� This requirement is for on-site maintenance and repairs at each of these IRS locations for basic shift coverage 24hours per day, 7 days per week.� ���� CLIN Description: CLIN 0001:� Inserter hardware maintenance � Ogden, UT CLIN 0002: �eUWR Software Maintenance � Ogden, UT CLIN 0003:� eUWR Software Maintenance � Detroit, MI CLIN 0004:� Trimwinder Hardware Maintenance � Ogden, UT CLIN 0005:� Unwinder Hardware Maintenance � Ogden, UT CLIN 0006:� Bicos Software Maintenance � Ogden, UT CLIN 0007:� Jetvision Software Maintenance � Ogden, UT CLIN 0008:� Inserter Hardware Maintenance, Detroit, MI CLIN 0009:� Trimwinder Hardware Maintenance � Detroit, MI CLIN 0010:� Unwinder Hardware Maintenance � Detroit, MI CLIN 0011:� Bicos Software Maintenance � Detroit, MI CLIN 0012:� Jetvision Software Maintenance � Detroit, MI This is not a solicitation for proposals or an invitation for bids. The Government does not anticipate receiving responses to this notice of a non-competitive action. If parties choose to respond, any cost associated with preparation ad submission data or any other cost incurred in response to this announcement are the sole responsibility of the respondent and will not be reimbursed by the Government. The point of contact for this purchase is listed below. Any other interested organization must submit a written statement of their capabilities and qualifications to fulfill this requirement to the identified point of contact as soon as possible, but no later than November 9, 2020, 12:00 pm EST. E-mailed statements are acceptable, but the senders bear full responsibility to ensure complete transmission and timely receipt. All inquiries and concerns must be addressed in writing to Traci.A.Brinkley@irs.gov. Vendors must include evidence of meeting the technical requirements for the maintenance and repair of the Bell and Howell machines. Any such statement of capabilities and qualifications submitted by the deadline will be evaluated. Responses shall be submitted to Traci.A.Brinkley@irs.gov. �Responses shall include, at a minimum, the following information: 1. The name of your company; 2. Company DUNS No.; 3. POC name and contact information; 4. The specific product(s) that your company offers that fulfills the same function as the items to be included on this order; and, 5. A description of that product(s) and its overall capabilities. It is your responsibility to demonstrate how your ability to provide Forum Gateway hardware appliances, software, and maintenance support. The Government will not seek additional information from your company if you fail to provide sufficient evidence of having a product capable of meeting the Government's needs. Contracting Office Address: 5000 Ellin Road Lanham, MD 20706 Traci Brinkley Traci.A.Brinkley@irs.gov Phone: 240-613-9770
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cf9f5dc7b2584cd2b23cbee4ae753022/view)
 
Place of Performance
Address: Ogden, UT 84201, USA
Zip Code: 84201
Country: USA
 
Record
SN05835396-F 20201024/201022230137 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.