Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 29, 2022 SAM #7485
SOURCES SOUGHT

R -- Mail Meter System

Notice Date
5/27/2022 6:52:16 AM
 
Notice Type
Sources Sought
 
NAICS
491110 — Postal Service
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24422Q0780
 
Response Due
6/3/2022 10:00:00 AM
 
Archive Date
06/13/2022
 
Point of Contact
Tyler Karns, Contract Specialist, Phone: (412)-822-3269
 
E-Mail Address
Tyler.Karns@va.gov
(Tyler.Karns@va.gov)
 
Awardee
null
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs (VA), VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified sources capable of providing a Brand Name or Equal, Mail Meter System manufactured by Pitney Bowes. The Mail Meter System will be installed at the Corporal Michael J. Crescenz, VA Medical Center, located in Philadelphia, PA. 1.) Scope of work: Contractor will have the ability to setup and configure a new mail on-line connected system within 72 hours of setting a date at the host site for installation. Delivery of the system to the site is handled by the contractor including to any related fees. The full mail meter system shall include all mail processing equipment, web-based browser software, scalable cloud-based software solution with data hosting portal access, mail facility processing accessories, and handheld mail scanners including the support and maintenance services to keep all systems operational. User training of the mail meter system and its components will be required 48 hours after the system setup has been completed and tested. Operator s manual for the complete use of the system and its component will be provided to staff. A 30-day quantity of operating supplies will be supplied and the removal of the old legacy mail meter machine at no additional cost. 2.) Mail Meter and System Requirements: Shall consist of the following required supplies and services addressed below. Item Number Description of Supplies/Services Unit Qty 0001 Large Mail Room Meter EA 1 0002 Scalable Cloud Based Data Hosting EA 1 0003 Virtual Mail Metering Software EA 1 0004 Web-Based Mail Machine Software EA 1 0005 Mail Stacker EA 1 006 Digital Scale EA 1 007 Thermal Printer EA 1 008 Hand-Held Scanner EA 1 3.) System Components salient characteristics defined: -Mail Meter and System Requirements Mailing system that can process outgoing mail and flats with a mixed mail feeder. Stand-alone meter with federal funding capability. Stand-alone Intelligent Mail Package Barcode (IMPB) processing for priority mail, first class parcels, and package services that includes computer, label printer, and >70-pound scale. Multi-carrier capability (i.e., USPS, and UPS) to allow for rate shopping and to ensure continuity of operations for package shipments. Electronic return receipt (ERR) - mail machine processes certified barcode scanning. Automatic and manually selectable date advance. Minimum processing speed of 140 letters per minute. Power stacking. Interfaced scale automatically setting meter for correct postage. Secure Sockets Layer (SSL) encrypted communication. Departmental/Categories Accounting with report printer. Open/closed flap sealing. Touch screen display. Automatic gum label dispenser. Ability to export, both locally and digitally, encrypted customized reports. Weigh on the Way (WOW)/in-line weighing to include shape-based rating. Online services for tracking packages and viewing accounting information to include monthly reporting of number of pieces processed and dollar amount. Must be configured to allow for best rate selection (i.e., Priority Mail Commercial base and Priority Mail Commercial Plus). USPS approved Information Based Indicia (IBI) system capability (printed indicia and mail system must be capable of providing USPS Commercial Base Pricing on Priority and Express Mail). -Handheld Scanners Handheld scanners that work with parcel tracking software that processes all types of mail with barcoded technology that allows tracking/giving updates. Scanners shall be downloadable to a receipt/delivery program which can be standalone or integrated technology that allows storage of information, printability, and allows for ease of data downloads and research. Receiving program should have editable fields that can be created for ease of sorting by the following methods: Tracking number, Facility/VA Purchase Order Number, Item number, Address (Sender/Receiver), date, or other identifying methods as required by the facility. Tracking features shall include: Counter Signature Pad Low to Mid Volume 4 in. Label Printer Cordless Scanner Single Bay Cradle/Battery Charger for handheld scanner (2 each) Basic Operator Training up to 4 Hrs. (2 Operators) PC w/ Flat Panel Monitor -Stackers minimum 50 letter volume holding tray that is power driven to move stamped mail. -Digital Scale Shall provide ability to electronically weigh parcel items for applying accurate shipping rates. Ability to weigh packages up to 70 lbs. USB capable for easy connectivity to other mail meter system devices 4.) Training Requirement: Training requirement for this contract shall be given to VA staff 48 hours after complete system setup has been tested and online connectivity issues are not found. Training will consist of proper operation of the mail meter system in its entirety. Procedures on how to order replacement supplies, perform daily maintenance, adding/changing postage to the meter, reporting mail volumes and costs, tracking packages by serial numbers, use of the digital scanner and placing a service call will be thoroughly explained. Training manual of the mail meter system and its components will be provided to VA mailroom staff so they can address problems. Trainer will discuss training manual and give overview of it with staff. 5.) Maintenance Requirements: The contractor shall provide a one-year warranty for mail system maintenance (both preventive and corrective). This maintenance includes all parts and labor. The contractor shall respond to all maintenance requests within 24-hours of notification. Any portion of the mail system that cannot be repaired shall be replaced within two (2) business days. Contractor will ensure system maintenance and checks are monitored and checked on routine basis during the 1-year service maintenance agreement. Only qualified personnel, materials, spare parts, tool, hardware/ software, and network components necessary to perform the service shall be provided by the contractor. The contractor shall repair the mail system within 24- business hours, after receiving service call. Hours of operation for service call visits are: 7:30 a.m. to 3:30 p.m. Eastern Standard Time, Monday through Friday (excluding Federal holidays) All questions regarding the requirements of this procurement can be addressed with the Contract Specialist, Tyler Karns, by email at: Tyler.Karns@va.gov. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, SAM UEI Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 333318 (size standard of 1000 employees). Please answer the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Is the product you are providing information about manufactured in the United States? If not, please provide the country where the unit is manufactured. If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. If you are a GSA FSS contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Please submit your capabilities regarding the salient characteristics detailed above to establish capabilities for planning purposes. Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your SAM UEI number. Telephone responses will not be accepted. Responses must be received via e-mail to: Tyler.Karns@va.gov no later than, 1:00 PM Eastern Standard Time (EST) on June 7th, 2022. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. DISCLAIMER This RFI 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. 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. End of Document
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0e9756c1bf6a4a7e8e8b0955a0901a53/view)
 
Place of Performance
Address: Corporal Michael J. Crescenz Philadelphia VA Medical Center 3900 Woodland Avenue, Philadelphia 19104-4551, USA
Zip Code: 19104-4551
Country: USA
 
Record
SN06341557-F 20220529/220527230103 (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.