Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2004 FBO #0823
SOURCES SOUGHT

J -- USPS is seeking pre-qualified suppliers to operate its Indianapolis Repair Facility & Critical Parts Center.

Notice Date
2/25/2004
 
Notice Type
Sources Sought
 
NAICS
491110 — Postal Service
 
Contracting Office
United States Postal Service, Supplies and Services Purchasing, Topeka Purchasing Center (Spare Parts), 500 SW Gary Ormsby Drive, Topeka, KS, 66624-9402
 
ZIP Code
66624-9402
 
Solicitation Number
Reference-Number-3CASPT-04-IRF_CPC
 
Response Due
3/12/2004
 
Archive Date
3/27/2004
 
Point of Contact
Kurt Pickett, Purchasing & Supply Mgmt Specialist, Contracting Officer, Phone (785) 861-2851, Fax (785) 861-2862, - Steve Blasing, Purchasing Specialist, Phone (785) 861-2854, Fax (785) 861-2862,
 
E-Mail Address
kpicket@email.usps.gov, sblasing@email.usps.gov
 
Description
The United Stated Postal Service is seeking to pre-qualify suppliers to operate its Indianapolis Repair Facility (IRF) & Critical Parts Center (CPC) located at 2801 Fortune Circle E, Indianapolis, IN, 46421-5518. The IRF is a depot repair facility for USPS mail processing, delivery, and bulk mail systems reparable parts: repairing printed circuit boards, electrical and electronic assemblies and mechanical and electro-mechanical assemblies to component level. The IRF provides depot level maintenance for essential automation, mechanization, retail and bulk mail processing systems used in all mail processing and retail installations. The CPC is to provide rapid response order fill; to accurately account for inventory records and transactions; and to communicate to requestors the status of directed shipments. The Supplier must provide a full service fulfillment warehouse including receiving, order filling, inventory control, and inventory accountability. The Supplier will be responsible for managing a one-for-one parts exchange program. The IRF works in close coordination with the Critical Parts Center. This request is concerned only with operation of the IRF and CPC. As a minimum, suppliers must provide information concerning the following areas: [A] Performance Capability: The supplier must provide information demonstrating that the company has the necessary organization, experience, accounting and operational controls and technical skills to ensure acceptable contract performance. [B] Current and Past Performance: To be qualified, a firm must demonstrate a minimum of five (5) years experience in operating and managing a depot level repair operation, which includes, but is not limited to repairing printed circuit boards, electrical and electronic assemblies, and mechanical and electro-mechanical assemblies to the component level. Demonstrated repair experience must include surface mount technology (SMT) repairs, multi-layer printed circuit board repairs, Quality Assurance based on the ISO-9001: 2000 Standards, and electrostatic discharge control in accordance with ANSI/ESD S20-20 (1999). [C] To be qualified, a firm must demonstrate a minimum of five (5) years experience in development and maintenance of fourth echelon repair specifications. This experience must address Functional/Performance Automatic Test Equipment (ATE), desktop test systems using VXI bus technology, microprocessor emulation, and Semi-Automatic Test Equipment (SATE). This experience should address the documentation development, design and manufacture of test fixturing, and the ongoing support of these items. [D] To be qualified, a firm must have a minimum of three (3) years experience monitoring support contracts, such as maintenance service, custodial service, equipment calibration and equipment leasing contracts. A firm must demonstrate its experience and understanding in the preparation and monitoring of capital and expense budgets, provision of engineering support, maintenance of a piece parts stockroom, and management and control of stockroom inventory. [E] To be qualified, a firm must have a minimum of five (5) years experience in the management of a Warehousing and Distribution operation. [F] To be qualified, a firm must have a minimum of three (3) years experience developing and maintaining management information systems, supporting computer hardware and software, LAN support, and remote LAN and systems support for non-local operations. A firm must demonstrate its experience and understanding of Internet web page development and support. The firm must provide a warehouse management system (WMS) that can interface with internal organization?s and external suppliers. The Warehouse Management System must support additional functions as serial number tracking, cycle counting, and radio frequency capabilities. [G] To be qualified, a firm must demonstrate its ability to interface and work cooperatively with other organizations and suppliers. Under this proposed contract, the Supplier will be required to interface with the Maintenance Technical Support Center in Norman, Oklahoma; the USPS Engineering organization and Maintenance Policies and Programs organization in Merrifield, Virginia; the Supply Management organization in Topeka, Kansas; and the Central Repair Facility (CRF) in Topeka, Kansas. [H] Quality Systems: The supplier must provide documentation of the quality systems they use to ensure customer satisfaction. [I] Management Philosophy and Vision: The supplier must provide examples of how their management philosophy and vision have resulted in quantifiable results in customer satisfaction, examples of true partnering arrangements with clients and the company?s mission statement. [J] Financial Responsibility: The supplier must provide adequate information to determine their financial responsibility and the availability of sufficient operating capital/resources to be able to perform the requirements of any resulting contract. [K] Supplier Diversity: The supplier must provide information regarding their company?s supplier diversity and subcontracting opportunities programs. Suppliers will be rated in each area using an adjectival rating system of Excellent, Very Good, Average, and Unacceptable. Only those suppliers receiving either a rating of Excellent or Very Good will be placed on the pre-qualified list, which will be maintained for three years. Submission Requirements: Response packages must be submitted to: USPS, Automation Spares ? CT, Attn: Kurt Pickett, Contracting Officer, 500 SW Gary Ormsby Drive, Topeka, KS 66624-9402. All prospective suppliers MUST submit the required response packages with one (1) original and (3) copies to be received not later that 4:00 PM, CT, March 12, 2004.
 
Place of Performance
Address: USPS IRF/CPC,, 2801 FORTUNE CIRCLE E,, INDIANAPOLIS, IN
Zip Code: 46421-5518
Country: USA
 
Record
SN00530967-W 20040227/040225223343 (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  © 1994-2020, Loren Data Corp.