Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2004 FBO #1089
SOLICITATION NOTICE

74 -- Lease of Mail Machine Equipment

Notice Date
9/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
532420 — Office Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), Field Procurement Operations, Southeast Area (OS:A:P:F:SE), 2888 Woodcock Boulevard, Suite 300, (Stop 80N), Chamblee, GA, 30341
 
ZIP Code
30341
 
Solicitation Number
TIRSE--04-Q-00065
 
Response Due
10/8/2004
 
Point of Contact
Laverne Farrington, Contract Specialist, Phone 404-338-9223, Fax 404-338-9231, - James Brown, Contract Specialist, Phone 404-338-9219, Fax 404-338-9231,
 
E-Mail Address
laverne.farrington@irs.gov, james.brown@irs.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation number is TIRSE-04-Q-00065 and is issued as a Request for Quotation (RFQ). The IRS will be entering into a Fixed Price Commercial Item (CI) procurement using Simplified Acquisition Procedures (SAP). This will be an ALL OR NONE acquisition. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24. This requirement is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The North American Industry Classification System (NAICS) code is 532420. The Small Business Administration (SBA) size standard for this service is $21.0 million. The Internal Revenue Service (IRS) has a need for mail machine equipment for various locations in North Carolina, South Carolina and West Virginia. The contractor shall provide straight lease service over a 48 month period for all equipment with no buy-out options. There are 18 IRS locations to be provided mail equipment under this synopsis (see equipment specifications following CLAUSE paragraph). The delivery of the equipment shall be FOB destination and shall be installed during normal business hours in accordance to an installation schedule coordinated by the IRS representative and the contractor. After installation, the Contractor shall conduct operational testing and brief the IRS appointed contact operators on operational procedures at the installation sites. Briefings will be in accordance with the Contractor's maintenance manual, to provide complete description of equipment operation to permit independent operation as well as preliminary trouble shooting as to misfeeds and other common machine errors which could be addressed and remedied by the operator. Throughout the life of this lease, the Contractor shall guarantee the leased equipment to conform to the performance specifications/capabilities specified in the equipment manual. At each maintenance or on-call repair service the Contractor shall check the compliance with those specifications and, if necessary, overhaul and/or replace applicable parts or assembles to meet the specifications without any additional cost to the Government. PREVENTATIVE MAINTENANCE: The Contractor shall perform Preventive Maintenance (PM) services at least once each quarter during the lease period. Such services shall include, but are not limited to, technical adjustment, cleaning, lubricating, replacement of parts and other services to keep the equipment in good condition. ON CALL MAINTENANCE: The Contractor shall provide on-call repair services, without any additional charge to the Government, which includes all necessary labor, materials and transportation to repair the inoperative equipment including replacement parts for repair. On-call repair service shall be provided upon request by oral or written notification by the IRS appointed contact operator. Service will be available Monday through Friday between the hours of 8:00am-5:00pm. The Contractor shall maintain the machine to assure minimum down time of three days (72 hours). When the downtime exceeds 72 hours, the Contractor shall deliver and install a back-up machine (same brand and model or better) to use during the downtime. DOWMTIME CREDIT: Downtime credit calculated at 6% will be applied if replacement equipment is not provided. During the period of the lease, the number of machines/systems may be increased, due to new office openings and/or expansions, at the discount rate specified in the purchase order. If new machines/systems are added, the period will be coordinated to end simultaneously with the other systems. Should IRS offices close during the lease period, the Government will be liable only for payment of services received. The Contractor will be given a 30-day notice prior to partial termination and the return of the equipment. A modification will be processed for the actions in this paragraph. THE FOLLOWING FAR CLAUSES/PROVISIONS APPLY TO THIS SOLICITATION: 52.212-1, Instructions to Offerors-commercial Items and 52.212-2, Evaluation-commercial Items (a) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. Award will be made to the offeror whose quote represents the best value to the Government. Award may be made to an offeror whose proposal is other than lowest price. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (January 2004), apply to this solicitation should be completed and accompany your quote as required. 52-212-4, Contract Terms and Conditions-Commercial Items. 52-212-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders-Commercial Items (a) The contractor agrees to comply with the following FAR Clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive Orders applicable to acquisitions of commercial items: (1) 52.217-5 Evaluation of Options; (2) 52.217-9 Option to Extend The Term of the Contract; (3) 52.222-3, Convict labor; (4) 52.233-3, Protest After Award; (5) 52.203-6, Restrictions on Subcontractors Sales to the Government, Alternate I; (6) 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; (7) 52.219-8, Utilization of Small Business Concerns; (8) 52.222-19 Child Labor; (9) 52.222-21, prohibition of Segregated Facilities (10) 52.222-26, Equal Opportunity; (11) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (12) 52.222-36, Affirmative Action for Workers with Disabilities; (13) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (14) 52.222-41 Service Contract Act; (15) 52.232-33, Payment by Electronic Funds Transfer; (16) 52.224-1 Privacy Act Notification; (17) 52.224-2 Privacy Act; (18) 52.225-1 Buy American Act; (19) 52.225-13 Restrictions of Certain Foreign Purchases; (20) IR1052-01-001 Electronic funds Transfer (EFT) Payments; (21) IR1052-01-002 PAID SYSTEM. Questions concerning this request for quotation should be directed to Laverne M. Farrington, Contracting Officer, in writing via fax number 404-338-9231 or e-mail address, laverne.farrington@irs.gov. Deadline for submission of questions is 12:00 noon (e.s.t.), Friday, October 1, 2004. Information pertaining to FAR 52.212-3 can be obtained at the following internet address: http://www.arnet.gov/, then click on Federal Acquisition Regulations, then FAR (Archived)-HTML, then click FAC 97-19(October 2000), then click 52.000-52.214. Quotes and completed information required by FAR 52.212-3, shall be submitted by FAX OR MAIL, attention: Laverne M. Farrington. No telephone request will be accepted. All required information and quotes shall be submitted by COB on October 8, 2004. Estimated award date is October 15, 2004. Estimated start-up date is November 1, 2004. All mail equipment must be Section 508 compliant and United States Postal Service Certified verifiable to past the end of the Calendar year 2008. The contractor must provide a certified letter from the manufacturer to verify the information that the equipment meets USPS regulations past the Calendar year 2008. MAIL MACHINE EQUIPMENT REQUIREMENTS: TWO (2) PARAGON MAILING SYSTEMS (OR EQUAL): • System-Needs to include computerized mail machine with built in accounting, report printer, and 30 lb. differential weighing electronic scale platform. • Mail Machine-Needs to feed, seal, meter and stack mail up to 120 -180 pieces per minute without operator intervention. • Mixed Mail Feeder- Must be able to simultaneously process envelopes that vary in thickness, size, weight, sealed/unsealed flaps, run thickness up to 3/4 inch, and runs both sealed/unsealed and flapped/unflapped envelopes. • Meter- Must be able to apply postage in increments from $0.001 to $99.999 with a single pass. • Meters must have the “timeout” feature in compliance with USPS regulations. • Meters must be digital in compliance with USPS regulations. • Meters must be Information-Based Indicia (IBI) capable in compliance with USPS regulations. • Weighing System-Must automatically weigh, calculate correct postage and set the meter. Mail pieces processed can be up to 3/4 inch thick and be able to process varying weights up to 16 ounces in mixed batches, up to 90 envelopes per minute. Ability to preset weigh feature for automation mail by weight. This feature must be able to be preset from 10 ounces to 16 ounces. • Auto Oversize-In the class/fee list the system must automatically determine if a one-ounce letter requires an extra $0.11 fee for oversized mail. SIXTEEN (16) POSTAGE METERS WITH 3 LB. ELECTRONIC INTERFACING SCALES (OR EQUAL) • Meter must be capable of running minimum of 35 to 60 letters/minute for nine (9) offices and 45-60 letters/minute for seven (7) offices. • Meters must be able to weigh, apply postage and seal envelopes up to Ό” thick in one pass. • Meter must be electronic and digital. • Meter must be able to print in decimals $0.001 and up to $99.999 in a single meter impression. • Meter must be electronic and be fully interfaced to 3 lb. Electronic Scale that includes all First Class Rates, Priority, Standard, Postcard, Express (PO to Addressee), Insurance, Registered, Certified, Return Receipt, Special Delivery. • Meter must automatically set for exact amount of postage when activated from single push button from interfaced 3 lb. Electronic Scale. • Meters must have the “timeout” feature in compliance with USPS regulations. • Meters must be digital in compliance with USPS regulations. • Meters must be Information-Based Indicia (IBI) capable in compliance with USPS regulations. • Postage must be able to be added via a non-dedicated telephone line. Modems may be used if connected to regular telephone lines (i.e., no use of computer systems/network lines). • Meter must be able to accept postage refills for variable amounts at varying intervals of time. • Scales and meters must have LED display. • Vendor must be able to invoice meter and scale on one invoice including maintenance. • Scale must have parts count feature. • Vendor must provide a unique toll free telephone number for service and repair and be able to track requests for same for analysis by IRS. **Number Note 29 applies. PRICE QUOTE PRICE PRICE TOTAL QTY. PER MO. PER YR. 48 MO. 1. PARAGON MAIL 02 EA $_________ $________ $_________ SYSTEM (or equal) 1a. METERS 02 EA $_________ $________ $_________ 2. MAIL SYSTEMS 7 EA $_________ $________ $_________ W/3 LB. SCALE 9 EA $ ________ $________ $_________ 2a. METERS 7 EA $_________ $________ $_________ 2b. METERS 9 EA $_________ $________ $_________ MAINTENANCE INFORMATION (included in above pricing): -RESPONSE TIME ______________________ (4-6 hours preferred) -HOURS AND DAYS OF OPERATION_____________________________________ -TOLL FREE NUMBER__________________________________________________ -NUMBER OF P.M.______________________________________________________ -ADDITIONAL COMMENTS/INFO:________________________________________ _______________________________________________________________________ NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (23-SEP-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 17-NOV-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/TREAS/IRS/IRSSPBAPFSE/TIRSE--04-Q-00065/listing.html)
 
Place of Performance
Address: Various Internal Revenue Service Offices located in the North and South Carolina area. Complete addresses will be provided at time of award. Total number of locations is eighteen (18).
Country: United States
 
Record
SN00709833-F 20041119/041117214148 (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.