Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2009 FBO #2704
SOURCES SOUGHT

R -- Mail Presort Processing Services

Notice Date
4/20/2009
 
Notice Type
Sources Sought
 
NAICS
541860 — Direct Mail Advertising
 
Contracting Office
Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting Group, 1900 E Street, N.W., Room 1342, Washington, District of Columbia, 20415-7710
 
ZIP Code
20415-7710
 
Solicitation Number
OPM04909-RFI-0007
 
Archive Date
5/14/2009
 
Point of Contact
Vito Bertucci,, Phone: 2026061688
 
E-Mail Address
Vito.Bertucci@opm.gov
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses (including certified 8(a), Small Disadvantaged, and HUB Zone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses. This notice is for planning purposes only, and does not constitute and Invitation for Bids, a Request for Proposals, Solicitation, Request for Quotes, or an indication the Government will contract for the items contained herein. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. The Government does not reimburse respondents for any cost associated submission of the information being requested or reimburse expenses incurred to interested parties for responses to this sources sought. Any responses received will not be used as a proposal. The U.S. Office of Personnel Management (OPM) is seeking to identify any sources with capabilities or prior experience that can provide mail sorting processing services for OPM. OBJECTIVE: OPM wishes to engage with a centralized automated mail processing service that will collect, barcode, commingle, sort, and process first class mail originating from OPM. The objective of this program, which will be realized through the effective utilization of the contractor's state of the art mail processing facility, is to qualify all OPM mail for the maximum USPS postage rate discounts available. The contractor shall provide a comprehensive mail processing system which, by the most efficient means possible, optimizes the USPS postage discounts for each individual piece of mail. The contractor shall maintain a minimum standard of 90% for automation discounts to a three digit automated zip code discount on all OPM mail. STATEMENT OF WORK: The annual volume of domestic mail out of OPM is estimated at 1,840,000 pieces (including domestic and international, metered and permit mail). The average daily volume is 5,000 pieces (international 125 pieces, domestic 1,250 pieces, permit 3,525 pieces, metered 100 pieces). The contractor shall prepare first-class automated and non-automated mail for national distribution, furnished by the Office of Personnel Management Headquarters building in Washington, DC. The contractor shall comply with all applicable USPS regulations and guarantee USPS acceptance of the daily volume generated by OPM no later than the next USPS acceptance day (Monday through Saturday, excluding Federal Holidays) following turnover of daily mail pieces. The contractor shall be required to pick up mail from the OPM Mailroom and transport the mail to their offsite location, where it will be processed, bar-coded/presorted pursuant to USPS regulations to maximize discount rates under the USPS automation and non-automation discount programs. Subsequently, the contractor shall transport the presorted mail to the USPS. The contractor shall be required to submit control and production records when necessary for contract management and to verify compliance with USPS requirements. The contractor shall be responsible for maintaining the security of the OPM mail at all times against theft and tampering. PLACE OF PERFORMANCE: Work shall be performed at the Contractor’s normal place of business and OPM’s Theodore Roosevelt Building in Washington DC. Companies are encouraged to respond if they have the capability and capacity to provide the identified services with little or no disruption of services to the current users at the OPM. Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents’ capacity and capability to perform the specific work as required. Responses must directly demonstrate the company’s capability, experience and/or ability to marshal resources to effectively and efficiently perform the services described above at a sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above. Responses to this notice shall be limited to 20 pages, and must include: 1.Company name, mailing address, e-mail address, telephone and fax numbers, website address, and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2.Name, title, telephone number, and e-mail addresses of individuals who can verify demonstrated capabilities identified in the responses. 3.Business size for NAICS 541860 with size limitation standards of $7.0 million per year and status, if qualified as an 8(a) firm (must be certified by the Small Business Administration (SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUB Zone firm (must be certified by SBA) and/or Service-Disabled Veteran Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4.DUNS number, CAGE Code, Tax Identification Number (TIN), and company structure (Corporation, LLC, partnership, joint venture, etc). Companies must also be registered in the Central Contractor Registration (CCR) at www.ccr.gov to be considered as potential sources. 5.Identification of the firm’s GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6.If the company has a Government approved accounting system, please identify the agency that approved the system. 7.Proven production capability, mail processing experience and disaster recovery contingency to guarantee the processing, acceptance and delivery of daily mail to USPS. 8. Demonstrate high volume mail processing production. 9.Proper control systems and procedures in place to maintain the highest level of mail security. 10.Knowledge and experience in mail piece design, address hygiene, and Zip+6 (Delivery Point Barcode) conversions to maximize USPS automation discounts. 11.Provide mail pickup/receipts for every transaction. 12.Provide secure location to store mail received the day before processing and deposit with USPS. 13.Ability to process and mix automation and non-automation mail with other first-class mail to increase the qualification rates. 14.Maintain control and production records as necessary to verify compliance with USPS and contract management requirements. 15.Any other specific and pertinent information as it pertains to this particular procurement requirement that would support your Statement of Capability (SOC) and strengthen our consideration and evaluation of the information submitted. Interested offerors should submit their capability statement not exceeding twenty (20) pages in length, excluding standard brochures. SUBMISSIONS ARE DUE no later than 2:00pm, Eastern Standard Time, April 29, 2009. The capabilities response shall be e-mailed to: Vito.Bertucci@opm.gov. The OPM will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, the content of any responses to this notice may be reflected in subsequent solicitation. OPM reserves the right to contact any respondent to this notice for the sole purpose of enhancing OPM’s understanding of the notice submission. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. It is emphasized that this is a notice for planning and information purposes only and is not to be construed as a commitment by the government to enter into a contractual agreement, nor will the government pay for information solicited.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3a5defe9b52034a99efdd8debda17321&tab=core&_cview=1)
 
Record
SN01797516-W 20090422/090420222407-3a5defe9b52034a99efdd8debda17321 (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.