Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2008 FBO #2449
SOLICITATION NOTICE

74 -- Complete Product System: Internal Mail & Parcel Tracking

Notice Date
8/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423420 — Office Equipment Merchant Wholesalers
 
Contracting Office
Office of Personnel Management, Federal Investigative Services, Acquisition Support Team, Boyers, 1137 Branchton Rd., Boyers, Pennsylvania, 16018-0618
 
ZIP Code
16018-0618
 
Solicitation Number
OPM01108R0008
 
Archive Date
9/5/2008
 
Point of Contact
Leslie L. Halberg, Phone: (724) 794-5612 x5754
 
E-Mail Address
leslie.halberg@opm.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial service prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.102 (g) and in the format in Subpart 12.60, 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. The Solicitation number is: OPM01108R0008 and is issued as a Request for Proposals (RFP). This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 05-26 dated June 12, 2008. ****************************************************************************************************************** OFFERS WILL BE ACCEPTED UP TO: 17:00 EST 21 August, 2008 ****************************************************************************************************************** The applicable North American Industrial Classification System (NAICS) codes are: 423420 & 511210. This procurement is unrestricted, allowing both large and small business to submit quotations. The Office of Personnel Management (OPM) Federal Investigative Service Division (FISD) is soliciting proposals to obtain a complete system for: Internal Mail/Parcel Tracking. The contractor shall provide all hardware, software, and ongoing maintenance, in addition to labor, incidentals, and start-up training to render services under this contract, see Statement of Work (SOW) and Specifications detailed below. The following are inserted by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items (to be submitted with offer); 52.212-2, Evaluation-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items “An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision.”; FAR 52,212-4. FAR Clauses 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items with the following clauses applicable: FAR 52.222-3 Convict Labor; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222.36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act-Supplies; 52.232-36 Payment by Third Party. FAR 37.107 1965; The Service Contract Act of 1965 (41 U.S.C. 351-357) provides for minimum wages and fringe benefits as well as other conditions of work under certain types of service contracts. The latest wage determination (number 2005-2451, revision 7) for Butler County, PA, shall be included by reference only in this combined action, but will be incorporated in full text to the successful offeror. The full text of FAR references may be accessed electronically at website http://www.acqnet.gov. Offers in response to this RFP shall be accepted up to: 17:00 EST August 21, 2008. Along with offers, in the format detailed below, all offerors shall be required to submit Offeror Representations and Certifications, Commercial Items, Please email the Contracting Officer and Posting Specialist for 1: a fillable spreadsheet for deliverables; and 2: Offeror Representations and Certifications. Only written requests for additional information will be accepted. Notification of any changes shall be made only on the internet. Offers submitted in response to this notice shall include the solicitation number in the subject line and be signed, dated and submitted via email to Leslie.Halberg@opm.gov. Vendors not registered in the Central Contractor Registration (CCR) database at the time the requirement is to be awarded will not be considered. Vendors may register with CCR by calling 1-888-227-2423 or (269) 961-5757, or by accessing www.ccr.gov. ****************************************************************************************************************** BACKGROUND: The Federal Investigative Services Division (FISD) is a part of the United States Office of Personnel Management (OPM). FISD provides background investigation services for other agencies of the Federal Government. STATEMENT OF WORK: The contractor shall provide necessary commercial items and services of industry standard for the purpose of providing a complete parcel tracking system. For the Office of Personnel Management Federal Investigative Services Division (OPM-FISD), located at 1137 Branchton Road, Boyers, Pennsylvania; inside the Iron Mountain Record Management underground facility. The location for this project is a government agency within a restricted access facility. All contractor employees will be granted access to the facility at the discretion of Iron Mountain Underground Storage, and will be required to have escorts while in sensitive locations. The required capability of performance is to provide a complete parcel tracking system; service is to be comprised of Hardware, Software, and Maintenance (maximum term for maintenance 60 months). Required system capabilities include: (1)Complete system capable of to registering scanned barcodes from various sources including commercial parcel carriers and internally generated barcodes. (2)Additional six (6) scanners including cradles for system interfacing and equipment recharging. (3)Products shall be capable of producing and printing barcodes from a standard barcode printer and entered into the complete system. (4)Products shall be capable of capturing signature so that each parcel and/or multiple parcels can be signed in or out of the internal mail facility and signed by recipient for acceptance. Signature capture capabilities shall allow space for printed name and signature and records shall be available for printing and electronic recall. (5)Centralized report generation capabilities for internal parcel tracking for designated periods of time illustrating parcel incoming/outgoing quantities for whole and individual units. (6)Functional reporting shall be available for the following information fields: Check In or Check Out Date Time Location Tracking number (from scanned barcode) (7)The vendor shall submit monthly invoices detailing billable equipment and account usage in sufficient detail for OPM-FISD to verify and certify services performed. OPM-FISD will authorize payment via Government Purchase Card or through Net 30 Electronic Funds Transfer via U.S. Treasury deposits. Additional Information (8)Due to the underground location of OPM-FISD, wireless/Bluetooth hand units cannot be considered as an option. (9)Average daily package volume to be utilized by system is 500-600 pieces. ****************************************************************************************************************** OFFER EVALUATION: It is the Intent of the U.S. Office of Personnel Management – Federal Investigative Services Division to award a best value contract therefore; any additional features shall be noted and priced separately on proposal submissions. Available service, maintenance, and replacement plans and options should be listed for this system and its component products for one base year and four subsequent option years (not to exceed an overall term of 60 months). If the additional features are included with the proposed product please summarize and explain the value they add to offered product so that appropriate technical and cost evaluation is possible. Technical Evaluation: Vendors will be evaluated in terms of the quality and relevance of information presented to demonstrate working knowledge of plumbing trade regulations. Cost Evaluation: OPM-FISD will evaluate offers, to determine price reasonableness, and ability to identify and meet objectives in the scope of this RFP. Price while less important than the previously listed factors will become more critical as technical scores approach equality.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=22665111b6cb444def7de34259b33630&tab=core&_cview=1)
 
Place of Performance
Address: Office of Personnel Management, Federal Investigative Services Division, 1137 Branchton Road, Boyers, Pennsylvania, 16020, United States
Zip Code: 16020
 
Record
SN01635584-W 20080810/080808223553-22665111b6cb444def7de34259b33630 (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.