Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2002 FBO #0130
SOURCES SOUGHT

R -- Administrative Mail Services

Notice Date
4/9/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (A:P), 6009 Oxon Hill Road, Suite 700, Oxon Hill, MD, 20745
 
ZIP Code
20745
 
Solicitation Number
IRS-RFI-4902
 
Response Due
4/24/2002
 
Archive Date
5/9/2002
 
Point of Contact
Donna Andersen, Contract Specialist, Phone 202-283-1650, Fax 202-283-1513,
 
E-Mail Address
Donna.L.Andersen@irs.gov
 
Description
The IRS is in the process of analyzing the capabilities within the market place to provide mail services from an off-site location(s) to support 24 IRS sites located within the Washington DC-metropolitan area and currently supports an average mail volume of 10,719 incoming pieces of mail and 11,762 outgoing pieces of mail per day. The IRS has mandated the mail program to reduce the potential risks of corrupted mail by relocating the services to a contractor off-site and is standardizing mail delivery requirements for these sites. The mailroom customers are all employees of the agency, which comprises approximately 9,000 customers. The majority of the sites (20) would require daily support (e.g., a minimum of two delivery/ pick-up per day), while the remaining 4 sites require varying degrees of support that range from every other day to weekly service. The IRS is interested in those contractors that have existing facilities or have experience in standing-up a facility(s) capable of performing all of the following functions: 1. Receive US Postal Service, ground, priority, United Parcel Service, FedEx and courier service delivery; 2. Conduct security screening of all incoming deliveries, including but not limited to x-ray scan, canine inspection, and hazardous material/ biological contaminant screening, and screened items so that this screening is not compromised between the contractor facility and delivery to the federal agency?s locations; 3. Open all incoming mail to ensure no hazard present within contents (does not require review of mail contents to determine delivery direction) 4. Sort the incoming, opened mail for delivery to designated locations; 5. Work with agency?s existing customer resource center to address customer questions and problems with mail-related issues; 6. Research correct routing for any misdirected mail; 7. Deliver and pick-up mail items to and from designated location with approximately two to three deliveries per location each day. These pick-up and delivery services include entering each building and collecting mail from designated drop-off locations within the building, as well as delivery of mail to designated mailboxes; 8. Provide one dedicated and bonded staff member during business hours (9am-5pm) that can conduct special messenger services for the agency, consisting of courier inter-agency priority mail between the agency?s offices within the contracted sites, collection of specialty pick-up services, such as collecting passports/visas at various embassies and consulates; and 9. Provide pick up to 8 Post Office Boxes within three post offices in the Washington DC area. The contractor?s facility shall be secure, and the agency?s mail isolated and processed so that it is not commingled with any other mail which the contractor may service. Secured vehicles for delivery and pick-up services are necessary to ensure that security of items is not compromised during transportation. The agency may be able to furnish the contractor with some mailroom equipment from its current facility (e.g., postage meters, scales, etc.). The agency intends to provide the necessary equipment, including any hardware or software, to allow for integration with the necessary databases to conduct these services, such as an employee location database for routing misdirected mail, as well as the employee resource center to handle questions and issues directly from the agency?s customers. The agency may provide the contractor with mail carts and other items necessary to conduct delivery/ pick-up services at designated locations. Through this RFI, IRS seeks interested, experienced parties to furnish capabilities statements with information illustrating the existence and experience in these services. In addition, response to this notice must include contractor's size status. NAICS is 491110 and small business size standard for this code is $6M. IRS will use the information provided in the responses to this RFI to assess the feasibility of a contractor-owned and operated mailroom facility. Based on that assessment, IRS will decide whether to issue a solicitation for the services. This RFI is not a Request for Proposals (RFP) and is not be construed as a commitment by the Government to issue a solicitation or ultimately to award a contract on the basis of this RFI or otherwise pay for the information solicited. Responses to this RFI will not be considered as proposals or offers which could be accepted by the Government to form a binding contract. Address responses to the point of contact listed below or submit your response electronically to donna.l.Andersen@irs.gov. All final written responses to this RFI should be received by 4:00 pm on April 24, 2002.
 
Place of Performance
Address: Washington D.C. Metro Area
 
Record
SN00055859-W 20020411/020410063720 (fbodaily.com)
 
Source
FedBizOpps.gov 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.