Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2007 FBO #2043
SOLICITATION NOTICE

W -- Kiosk Machine Leasing

Notice Date
4/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
532420 — Office Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, MD, 20745, UNITED STATES
 
ZIP Code
20745
 
Solicitation Number
TIRN0-07-R-00011
 
Response Due
5/3/2007
 
Point of Contact
Cherie Hunter, Contracts Specialist, Phone 202-283-1245, - Tametha Morrow, Contract Specialist / Contracing Officer, Phone 202-283-1244, Fax 202-283-1099,
 
E-Mail Address
cherie.hunter@irs.gov, tametha.c.morrow@irs.gov
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. This solicitation number TIRNO-07-R-00011 is issued as a request for proposal. This solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-15. This procurement is 100% set-aside for small businesses. Potential offeror?s are encouraged to view the full solicitation document for this requirement which is posted at the IRS Public User Portal at www.ire.gov/opprtunties/procurement. From the web page, select ?Procurement Business Opportunities? to locate the solicitation documentation. The NAICS are 521110 and 532420. The Internal Revenue Service (IRS) is contemplating award of a fixed price, performance based, commercial-off-the-shelf, contract for the products/services identified herein. The successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract. The contractor shall lease and provide other support services to the IRS on up to 10 kiosk machines; two in the basic period of performance (POP) and 8 additional machines in the optional POP. The kiosk must be free-standing, secured to the floor, and lead customers through the cash conversion process via instructions displayed on a touch screen key pad. The contractor must: deliver, install, test and manage the machines, manage the currency including tracking, removing, and auditing procedures; add paper (receipt and money order) as needed; maintain and service the kiosk unit including any associated technical problems; provide training and provide financial intuitional support and/or security of money orders issue. The kiosk must not dispense money to users. The kiosk will only dispense money orders in the exact amount of the funds inputted into the machine. All money orders issued by the kiosk must be pre-printed to read, ?Department of the Treasury? as the payee. The contractor?s performance will be evaluated against the parameters in the Performance Matrix. The POP is anticipated to be: Base Period May 2007 to September 30, 2007; Option Year October 1, 2007 to September 30, 2008. IRS does not access the currency. The contractor shall ensure that all installations and maintenance of the kiosk systems and/or machines are completed with minimum disruptions and delays. The contractor shall resolve system malfunctions in accordance with the Performance Matrix specified herein. Kiosk machines are located in both government secure and public non-secure spaces. The contractor shall ensure to have each kiosk machine delivered and operational at the specified location within two weeks of notice. Notice is defined as acquisition award and the IRS? exercise of optional services. The kiosk must: provide clear directions for the user; accept United States paper currency and verify, count, and track the amount of currency inserted; return any dollar bills to the taxpayer that the kiosk machine is unable to verify/read; print a accurate money orders made payable and printed to the Department of Treasury. The money order paper must conform to standard industry specifications; issue a receipt to the user; have multilingual capability ? minimum requirement of English and Spanish; be handicap accessible; ADA compliant and Section 508 compliant; have an uninterruptible power supply which would allow a transaction to be completed in the event of a power outage; process at least 75 different transactions accurately within a 24 hour period; automatically inform the contractor when the machine has 25% or less paper (receipt and/or money order) available; automatically inform the contractor when the currency acceptor is 75% full; and possess no other functionality beyond what is required herein. The kiosk must be operational from 8:00am to 5:00pm in the region where the machine is located Monday through Friday. The contractor shall provide telephone and direct physical technical support. Contract Line Items: Kiosk Machine Leasing; Domestic Travel; Shipping and Handling and Money Order Fee.. Procedures in preparing the contract. IRS bears no responsibility for data errors resulting from transmissions or conversion processes. The following clauses and provisions are incorporated in full force: FAR Part 52.212-1 Instructions to Offerors? Commercial Items; FAR Part 52.212.2 Evaluation-Commercial Items; FAR 52-212-3 Offerors Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions-Commercial Items Required to Implement Statutes or Executive Orders-Commercial. Incorporated by reference are; FAR 52.204-6 Data Universal Numbering System (DUNS) Number. Evaluation Factors will be based upon best value to the government; offeror?s acceptability of the requirement, organizational capability (organizational past performance and organizational experience) and price reasonableness. Offeror?s that do not have a organizational past experience record will receive a ?neutral rating. In order to select the winning offeror, IRS will rank offerors from best to worst by making paired comparisons of the non-cost factors on the basis of acceptability being more important than organizational past performance, organizational past performance more important than organizational capability, organizational capability than price. IRS will then compare non-cost factors to cost and perform a trade-off analysis. The offeror with the better capability and overall best value to the government will be awarded the contract. Offerors must provide the company name, point of contact, current phone number, explanation of negative past performance and description of work performed to support organizational past performance. Offerors wishing to respond shall submit the required documentation by 11:00 a.m., Tuesday, May 1, 2007. Only written requests received directly from the requestor are acceptable. Proposals shall be submitted via email to cherie.hunter@irs.gov. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-APR-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 29-JUN-2007, 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/TREAS/IRS/NOPAP/TIRN0-07-R-00011/listing.html)
 
Record
SN01332184-F 20070701/070629235510 (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.