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
MODIFICATION

W -- Kiosk Machine Leasing

Notice Date
5/3/2007
 
Notice Type
Modification
 
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
5/7/2007
 
Point of Contact
Cherie Hunter, Contracts Specialist, Phone 202-283-1245, Fax null, - 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
May 4, 2007 To: All Small Business Potential Offerors Subject: TIRNO-07-R-00011 - Amendment 2 Reference: Synopsis/Solicitation number TIRNO-07-R-00011 ? Kiosk Machine Leasing The purpose of this document is to amend reference synopsis/solicitation. Part I represents questions and answers to potential offeror concerns. Part II represents language that is deleted and/or added. Please note the following: 1) The closing date and time have been extended ? Part II see changes below. 2) In accordance with FAR Part 52.212-1(k), offerors must be currently registered in the Central Contractor Registration system in order to receive a government award. Go to www.ccr.gov or call 1-888-227-2423 for more information. Part I: - Below are IRS? answers to timely received industry questions. Question 9: We want to clarify the timeline expectations for the development phase of the project. Because the application will require custom development we anticipate a development time of 10 weeks. During this period of time, [our company] will meet with the Internal Revenue Services? project team to finalize the business processes. We will design and build the User Interface and reporting documentation. These applications will then go through a process of Quality Assurance and Testing. Answer 9: See Part II, Section II changes below below. Question 10: Section (e) Performance Work Statement, #2 Performance Work Statement (page 8). The fourth paragraph requires that every morning the kiosk have at least 75% of the total amount of receipt paper and money order paper available. It also states, that the kiosk machine has no more than 25% of the total capacity of money in the currency acceptor. We will be unable to comply with this requirement during the initial phase due to the potentially wide variance in payment volumes and the unknown issues of payment amounts and the corresponding bill count. [Our company] proposes that we address the issue of service level availability in Attachment A ? Performance Matrix. It is our expectation to maintain the kiosks at an uptime rate of 98% or greater. The Deduction Schedule lists a variety of schedule levels with associated penalties for non-compliance. [The company] understands the need for and is committed to delivering the highest level of service possible to the Internal Revenue Service. Presently, our service levels expectations are very similar to those specified. However, due to the uncertain nature and potential variability of the initial phase of the Base Year of May 2007-September 30, 2007, we will request the financial penalties be suspended. It is our goal to work closely with the Internal Revenue Service in delivering a solid program and to track closely to the performance matrix. But, based upon our past experience with other self-service projects, we anticipate there will be modifications to the project that may impact the service levels. Answer 10: In accordance with FAR Part 37.601(b), the government must have measurable performance standards and a methodology of assessing those standards. Therefore, IRS is unable to remove the performance standards. With respect to the ?unknown issues of payment amounts and the corresponding bill count?, see Amendment 1 to this synopsis/solicitation for more information on IRS? estimated cash transactions. Question 11: Section (e) Performance Work Statement, #3 Product Specification (page 8). The seventh line item requires the kiosk ?Be handicap accessible; ADA compliant and Section 508 compliant.? Our kiosks will be in compliance with the physical access specifications as described. However, during the initial phase of the Base Year of May 2007-September 30, 2007, we will not be able to comply with the audio access specifications for the visually impaired. It is our intent to develop the audio portion as quickly as possible but, we want you to be aware that we will not be able to deliver correction of the problem to include refunding the improperly withheld funds to the taxpayer, if necessary.? B) In paragraph number 3(e)(8) ? Performance Work Statement, Technical Support: DELETE - ?The kiosk machines must be operational during core working hours which are from 8:00 am to 5:00 pm in the region where the machine is located Monday through Friday (See Attachment B - Performance Matrix).? ADD - ?The kiosk machines must be operational during core working hours which are from 8:00 am to 5:00 pm in the region where the machine is located Monday through Friday, excluding Federal Holidays, (See Attachment A - Performance Matrix).? C) In paragraph number 3(e)(8)(8.2) ? Performance Work Statement, Technical Support, Direct Physical Technical Support: DELETE - ?The contractor shall provide physical technical support from 8:00 am to 5:00 pm, Monday through Friday, in the region where the kiosk is located.? ADD - ?The kiosk machines must be operational during core working hours which are from 8:00 am to 5:00 pm in the region where the machine is located Monday through Friday, excluding Federal Holidays, (See Attachment A - Performance Matrix).? D) In paragraph number 3(e)(8)(8.3) ? Performance Work Statement, Technical Support, Maintenance Escalation Procedure: DELETE - ?Every 4 hours after that, the Contractor shall elevate the problem to the next higher level of authority within its own organization, and keep the IRS informed of activities and progress.? ADD - ?Every 4 hours after that, the Contractor shall elevate the problem to the next higher level of authority within its own organization, and keep the IRS informed of activities and progress. See Attachment A ? Performance Matrix? E) In paragraph number 3(e)(9) ? Performance Work Statement, Deliverables: DELETE - ?[End of Clause]? F) In paragraph number 3(e)(10)(b) ? Performance Work Statement, Responsibility of Government: DELETE - ?IRS personnel will not have access to, nor be expected to deal with, any issues regarding the money order paper, currency or currency acceptor.? ADD - ?IRS personnel will not have access to the money order paper, currency or currency acceptor. The contractor is responsible for resolving all issues associated with the money order paper, currency and currency acceptor. The contractor may work with IRS personnel to determine the correct course of action, but ultimately, the contractor bears all responsibility.? 4) In Section III ? Deliveries or Performance make the following changes: A) In paragraph 3: DELETE - ?60 days.? ADD - ?60 days.? This change represents an underline under this portion of the paragraph. B) In paragraph 4: DELETE - ?THIRTY (30) MONTHS? ADD - ?SIXTEEN (16) MONTHS? C) ADD the following: ?6. 52.232-19 Availability of Funds for the Next Fiscal Year. (Apr 1984) Funds are not presently available for performance under this contract beyond September 30, 2007. The Government?s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond Sept. 30, 2007, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. 5) In Section IV ? Solicitation Provisions make the following changes: A) In paragraph 2, make the following changes: DELETE ? ?Offers submitted must include the following: (a) Offeror?s proposed use (to include percentage of work) and identification of subcontractors. (b) Offeror?s assent to providing a kiosk machine that does not include additional functionality other than what is required herein. (c) Electronic& Information Technology Accessibility Standards Evaluation (1194.25 Self Contained, Closed Products) Spreadsheet? ADD - ?The documentation provided below is in support of evaluation criteria/factors found in Section V ? Evaluation of Offers, paragraph 2. Offers submitted must include the following: (a) Offeror?s assent to providing a kiosk machine that does not include additional functionality other than what is required herein. (b) Offeror?s proposed use (to include percentage of work) and identification of subcontractors. (d) Electronic& Information Technology Accessibility Standards Evaluation (1194.25 Self Contained, Closed Products) Spreadsheet? B) In paragraph 5, subparagraphs (a) through (c), make the following changes: DELETE ? reference to ?Past Performance? ADD ? reference to ?Organizational Past Performance? C) In paragraph 7, subparagraph (1), make the following changes: DELETE ? ?Inquiries must be submitted in writing within one (1) calendar day after Solicitation issuance to be considered timely.? ADD ? ?Inquiries must be submitted in writing within two (2) business days after Solicitation and/or amendment issuance to be considered timely. Untimely questions/concerns may not be addressed.? D) In paragraph 7, subparagraph (2), make the following changes DELETE ? ?Price and technical offers may be combined as one submission. Each offeror?s submission (to include price and technical offers, if submitted separately) must not exceed thirty (30) page and should include as the subject line, ?Response to Kiosk RFQ?. The closing date and time for submissions is 11:00am, Eastern Standard Time, May 3, 2007.? ADD ? ?Submission packages shall be submitted with the following format requirements. Each response shall be comprised of two volumes. Volume I shall contain the offeror?s technical response package that includes documentation supporting the offeror?s response to the non-price evaluation criteria/factors (see Section V ? Evaluation of Offers). Volume I shall not exceed 30 single sided, single-spaced, letter paper pages using 12-point Times New Roman font. Volume II shall support the offeror?s proposed prices and must be submitted in accordance with Section IV ? Solicitation Provisions. Volume II does not contain page limitations. The email subject line for submissions should read: ?Response to Kiosk RFQ?. The closing date and time for submissions is 2:00pm, Eastern Standard Time, May 7, 2007.? 6) In Section V ? Evaluation of Offers: A) In paragraph 2, make the following changes: DELETE ? paragraph 2 in its entirety. ADD ? ?The Government anticipates awarding a contract resulting from this solicitation. If an award is made, it will be to the responsive offeror conforming to the solicitation that will represent the best value to the Government, price and other factors considered using a pass/fail and adjectival evaluation methodology. The selection will consist of a Best Value source selection process where submittals will be evaluated against the evaluation criteria first. Then submittals will be evaluated using a price/technical trade-off process. Evaluation of the best value criteria will focus on a thorough comprehension of the requirements as delineated in the Performance Work Statement (PWS) and as reflected in the soundness and adequacy of the offeror?s submittal package. However, the IRS will not select an offeror for award on the basis of a superior capability without consideration of the amount of its price. The non-price best value factors are listed in descending order of importance and, when combined, are considered significantly more important than cost or price. The Best value factors for selection are as follows (See Section IV ? Instructions to Offers): 1. Acceptability of the requirement; 2. Use of the offeror?s subcontracts; 3. Organizational past performance; 4. Compliance with the EIT accessibility standards; 5. Organizational Experience With respect to the factor number one (1) above, this factor will be evaluated on a pass or fail basis. Offeror?s who receive a ?pass? rating, will be further evaluated for award. In order for an offeror to receive a ?pass? rating, the offer must specifically state in their submittal package their acceptance of the requirement to provide a kiosk machine that only contains the functionalities listed within the performance work statement. Offeror?s who receive a ?fail? rating will not be further evaluated and will not receive award. With respect to factor number two (2) above, this factor will be evaluated on a pass or fail basis also. Offeror?s who receive a ?pass? rating, will be further evaluated for award. In order for an offeror to receive a ?pass? rating, the offer must specifically state in their submittal package that their subcontract effort will not exceed 49%. The remaining factors speak to the offeror?s capabilities. With respect to factor number three (3) above, Organizational Past performance will be evaluated to determine the success and/or failure of the offeror to meet the expectations of their contract and the firm/agency holding that contract. With respect to factor number four (4) above, Compliance with the EIT standards will be evaluated to determine their compliance, or degree of compliance, with all the requirements as stated. Those who are fully compliant will receive the highest possible evaluation. Offerors who are compliant with the requirements as stated with only one requirement alteration, will receive a lessor evaluation, and so on. The IRS will continue to evaluate offerors based on their ability to meet IRS standards. With respect to factor number five (5) above, Organizational Experience will be evaluated to determine the breadth, depth, expertise and knowledge of the services and the offeror?s ability to meet IRS? PWS requirements to include, but not limited to, areas such as 1) schedule and 2) financial support services. [End of Provision]? 7) In Attachment A ? Performance Matrix: A) DELETE reference to ?Deduction Schedule? and ADD reference to ?Invoice Deduction Schedule? B) DELETE reference to ?Monday through Friday? and ADD reference to ?Monday through Friday, excluding Federal Holidays? NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-MAY-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
SN01332195-F 20070701/070629235527 (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.