Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2006 FBO #1733
MODIFICATION

W -- POSTAGE, POSTAGE METER AND MAIL PROCESSING SYSTEM LEASE

Notice Date
8/23/2006
 
Notice Type
Modification
 
NAICS
453210 — Office Supplies and Stationery Stores
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
Reference-Number-PostageMeterLease
 
Response Due
8/30/2006
 
Archive Date
10/15/2006
 
Point of Contact
Ileana Cintron, Contract Specialist, Phone (407) 380-4093, Fax (407) 380-4742, - Gary Wood, Contract Specialist, Phone 407-380-4972, Fax 407-380-4164,
 
E-Mail Address
ileana.cintron@navy.mil, Gary.Wood@navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a proposal is being requested and a written solicitation will not be issued. Solicitation named POSTAGE, POSTAGE METER AND MAIL PROCESSING SYSTEM LEASE is issued as a request for proposal and incorporates the provisions and clauses in effect through Federal Acquisition Circular 2001-14. The NAICS Code for this solicitation is 453210 with a size standard of $6.5M. The Government intends to award a Firm-Fixed Price contract to the responsible offeror whose offer, in compliance with the solicitation, is the most advantageous to the Government, price and other factors considered. Technical capability may be evaluated by how well the proposed product meets the Government minimum requirement. The technical capability of the item offered to meet the minimum Government requirement and price are equally significant factors to be considered in the evaluation of the acquisition. Options- The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. There are no Small Business Set Aside requirements for this acquisition. The following are the Contract Line Item Numbers (CLIN): For period of performance: 01 Oct 2006- 30 Sep 2007: CLIN 0001, Postage Meter and Mail Processing System Lease, 12 months; CLIN 0002, Postage Meter Recharge as required; For period of performance: 01 Oct 2007- 30 Sep 2008: Option CLIN 0003, Postage Meter and Mail Processing System Lease, 12 months; Option CLIN 0004, Postage Meter Recharge as required; For period of performance: 01 Oct 2008- 30 Sep 2009: Option, CLIN 0005, Postage Meter and Mail Processing System Lease, 12 months; Option, CLIN 0006, Postage Meter Recharge. DESCRIPTION OF REQUIREMENTS: 1. It is the acknowledged purpose and intent to obtain a lease that provides a complete postage processing system. The system shall be made up of the products of a single manufacturer and shall include all components necessary to provide a complete and integrated system with the capabilities stated herein, except that the system shall not include a personal computer, external printer, or utilize direct telephonic interface. As a minimum the system shall include the following principal components: a. Digital postage meter with an initial supply of labels b. Mail machine with stacker, automatic feeder and integral in-motion weighing capability c. Integrated 30 lb. capacity digital mail scale d. Separate digital parcel scale of up to 149 lb capacity 2. The system shall be leased from an authorized commercial vendor approved by the USPS. All equipment shall comply with current United States Postal Service (USPS) regulations and USPS Phase III Meter Migration requirements. The contractor shall provide written evidence of such approval and compliance to the Contracting Officer. 3. The services provided shall include the ability to replenish the postal meter with postage as needed, as a separate line item of this contract. 4. Meters shall digitally print postage meter indicia indicating the postage paid directly onto the mail piece or onto an approved label, including pre-adhesive labels. 5. The system shall provide report generating capability to include transactions and values. 6. The system shall be capable of mixed-weight handling and processing mail up to 1/2" thick. 7. In addition to providing equipment, the lease agreement shall also include: a. Regularly scheduled maintenance and repair of system and components b. Initial and refresher operator training for all provided items c. System updates d. Completed Documentation for proper licensing of postage meter, USPS Form 3601 (or equivalent) Application or Update for a License to Lease and Use Postage Meters. 8. The contractor shall be responsible for maintenance and support functions as detailed in this Statement of Work. The initial lease and maintenance support period will be from 1 October, 2005 through 30 September, 2006, followed by two (2) option years. Delivery of meter shall be made no later than 01 October 2006, ATTN. SKC James Berg, Code 7.10, NAVAIR TSD Orlando, 12350 Research Parkway, Orlando, FL 32826. Acceptance shall be made at destination. Delivery shall be made FOB Destination. Training should be available immediately after installation of meter. Provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following FAR/DFARS provisions and clauses apply to this acquisition: 52.204-7, Central Contractor Registration (July 2006) 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. 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executives Orders Applicable To Defense Acquisitions Of Commercial Items The following subparagraphs of FAR 52.212-5(b) apply: 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Jan 2006) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Apr 2002) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) 52.225-1, Buy American Act--Supplies (June 2003) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) The following subparagraphs of FAR 52.212-5(c) apply: None. The following clauses of DFARS 252.212-7001(b) and (c) apply: 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) 252.232-7003, Electronic Submission of Payment Requests (MAY 2006) 252.243-7002, Requests for Equitable Adjustment (MAR 1998) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) FAR and DFARS information is located on the following website: http://farsite.hill.af.mil/. The DPAS rating for this solicitation is N/A. Please submit Proposal by 8/30/2006 no later than 2:00 PM EST to Ileana Cintron- code 25323, preferably via e-mail at ileana.cintron@navy.mil, by FAX to (407)380-4742, or to the address above. Questions or comments shall be submitted in writing via e-mail to Ileana Cintron, Contract Specialist. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-AUG-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVAIR/N61339/Reference-Number-PostageMeterLease/listing.html)
 
Place of Performance
Address: NAVAIR TSD Orlando 12350 Research Parkway Orlando, FL
Zip Code: 32826
Country: UNITED STATES
 
Record
SN01124197-F 20060825/060823224845 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.