Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2006 FBO #1577
SOURCES SOUGHT

60 -- Mail Processing Infrastructure (MPI) - Phase 3 : Structured LAN Wiring at 160 Sites

Notice Date
10/13/2005
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
United States Postal Service, Supplies and Services Purchasing, Automation CMC, 8403 Lee Highway Dewey Bldg, Merrifield, VA, 22082-8150
 
ZIP Code
22082-8150
 
Solicitation Number
3BMHRD-05-A-3005
 
Response Due
10/24/2005
 
Point of Contact
Sandra Snow, Purchasing and Supply Management Specialist, Phone (703) 280-7908, Fax (202) 406-4583, - Sandra Snow, Purchasing and Supply Management Specialist, Phone (703) 280-7908, Fax (202) 406-4583,
 
E-Mail Address
sandra.k.snow@usps.gov, sandra.k.snow@usps.gov
 
Description
The United States Postal Service is actively working to develop and implement its requirements for its Phase 3 Mail Processing Infrastructure (MPI) program and is seeking sources to pre-qualify for these requirements. The requirements include pre-installation, installation, and post installation activities necessary for successful structured wiring implementation upgrading of base-band local area network (LAN) wiring at approximately 160 small, medium and large Mail Processing and Distribution Centers (P&DCs); approximately 21 administrative LANs co-located at P&DCs receiving workroom floor upgrades; provide standard MPI documentation in facilitating support of the LANs to provide a uniform approach to troubleshooting and maintaining all local network components. The purpose of this notice seeking sources to pre-qualify is to afford prospective suppliers the opportunity to submit their request to be considered as a pre-qualified supplier for these requirements. Only those suppliers who wish to be a prime contractor need respond to this announcement. Pre-qualified suppliers are companies whose record of performance in the marketplace (Postal Service, other government, or commercial) has demonstrated their ability to perform to consistently high standards of quality and reliability. The pre-qualified suppliers list will remain in effect for a five-year period and will be used for the current Mail Processing Infrastructure Phase 3 requirements and for any additional follow-on requirements deemed appropriate during the five-year period. The Postal Service may consider additional suppliers for pre-qualification during this five year period based upon their ability to demonstrate a record of performance with consistently high standards of quality and reliability in the marketplace (Postal Service, other government, or commercial). Any entity seeking pre-qualification after the initial list of pre-qualified suppliers has been established must provide the same prequalification information below. Suppliers should demonstrate their capability to meet the following qualifications; working knowledge of Federal, state, local and industry electric codes; experience in installation of LAN networks in large 24 hour production facilities (Postal facility experience preferred); minimum of one currently Registered Communications Distribution Designer (RCDD) engineer assigned to the MPI Program effort supporting all system design matters; current membership in and Building Industry Consulting Services International (BICSI) certification; experienced CAD operators; engineering design capabilities to support system design and installation; Microsoft office products computer skills; ability to manage and meet schedule dates at multiple concurrent site installations at diverse locations throughout the country; configuration control management; demonstrated project management capabilities for programs of similar magnitude (Postal experience preferred) and quality to include warranty support and certification which will form the qualified base for the Mail Processing Infrastructure requirements. The United States Postal Service reserves the right not to award, or to award a single or multiple contracts for Mail Processing Infrastructure requirements; the instant Phase 3 requirements are contemplated in resulting in two or more awards to suppliers pre-qualified to participate in the Mail Processing Infrastructure requirements. Your qualification statement should address each evaluation factor in the order listed below. For consideration for pre-qualification, the potential supplier must provide the following information for evaluation: 1) Provide the program name(s) for work completed relating to structured wiring implementation upgrading of base-band local area network wiring for which your company was involved and identify the percentage of that effort for which your company was responsible. For each reference listed provide the company name, contact person, telephone number, contract number and dollar value. 2) Address each of the following evaluation factors: Technical Capability – Demonstrate the capability of your company to perform as a pre-qualified source for structured wiring upgrading of base-band local area network. Program Management – Demonstrate the capability of your company to manage a program of this type for which you are seeking pre-qualification. Past Performance: Timeliness – Consistent on time delivery and adherence to contract schedules including the administrative aspects of performance. Quality – documented quality system appropriate for the pre-qualification area including demonstrated quality initiatives, conformance to contract requirements, standards of good workmanship, and reliability of goods and/or services. Cost Control – A record of forecasting and containing costs. Supply Chain Management – The management of total material flow from all levels of subcontractors. Business Relations – A history of being responsible and cooperative with customers; commitment to customer satisfaction; integrity and ethics. To be considered capable the supplier must: Have the necessary organization, experience, accounting and operational controls, technical skills, and production and property controls and either have, or have the ability to obtain, resources (financial, technical, etc.) adequate to perform the work; Have, or have the ability to develop a sound quality control program that complies with the task requirement or the solicitation requirements. Your submission must be in sufficient detail to adequately address each factor and not exceed 15 pages of content not smaller than size 12 font. Electronic submissions must be in Microsoft file formats. Include your e-mail address, contact person name and telephone number, company name, and mailing address in your submission. Also provide a list of relevant references including USPS (if applicable). Reference content should be within three years of the date of this notice. Address your submission to: U.S. Postal Service, Sandra K. Snow, Material Handling CMC, 8403 Lee Highway – Dewey Bldg., Merrifield, VA 22082-8150. In order to be considered for prequalification responses to this notice of sources sought must be received not later than ten (10) days after the posting date of this notice. Potential Sources are advised that no funding has yet been provided for this requirement. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-OCT-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 20-MAR-2006, 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.fbo.gov/spg/USPS/SSP/APHQ/3BMHRD-05-A-3005/listing.html)
 
Place of Performance
Address: 160 Postal facilities, nationwide.
Country: US
 
Record
SN01011076-F 20060322/060320215545 (fbodaily.com)
 
Source
FedBizOpps 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.