Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2009 FBO #2924
SOLICITATION NOTICE

74 -- Neopost Maintenance and Rental Head Rights and Scale Protection - Bid Schedule

Notice Date
11/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532420 — Office Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Air Force, AF ISR Agency, AF ISR Agency/A7KA, 102 Hall Blvd, Ste 258, Lackland AFB, Texas, 78243, United States
 
ZIP Code
78243
 
Solicitation Number
F2MTA69237A001
 
Archive Date
12/17/2009
 
Point of Contact
Aisha Z Ross, Phone: 210-977-6304, LaTorie M. Bivins, Phone: 210-977-6304
 
E-Mail Address
aisha.ross@lackland.af.mil, latorie.bivins@lackland.af.mil
(aisha.ross@lackland.af.mil, latorie.bivins@lackland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Neopost Statement of Work Neopost Bid Schedule The HQ AF ISR Agency, Contracting Flight at Lackland AFB, TX intends to make a sole source/brand name award to Neopost Inc. The aspect of this requirement is to perform routine and emergency maintenance on four (4) NEOPOST IJ-75 postal machines, four (4) associated computers containing the NEOPOST Friendship Navigator software. The contract shall also provide one year rental on postal head meter and provide system updates for the meter machines scales reflecting the current US Postal rates. This requirement will be accomplished in accordance with the statement of work, Data Discovery-NEOPOST Postal Machines, dated 6 November 2009. All maintenance are to be performed at Air Force ISR Agency, 404 Greig St. Bldg 178, San Antonio, TS 78226. Please see attachment one (1) for complete bid schedule and State of Work. This procurement is being conducted under Simplified Acquisition Procedures (SAP) and Other Than Full and Open Competition in accordance with (10 USC 2304(c)(1). This is a combined synopsis/solicitation for commercial services 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 issued. Offerors are required to provide the unit and extended prices. This requirement is a set-aside for small business. The North American Industrial Classification (NAICS) code for this acquisition is 532420, total dollar value 25 million. The requirement is FOB Destination. Payment of invoices will be made by DFAS-LI. The following FAR clauses and provisions, current to FAC 2005-37, apply to this requirement which can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil. 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), 52.212-2-Evaluation of Commercial Items (JAN 1999), 52.212-3, Offeror Representations and Certifications- Commercial Items, (AUG 2009), 52.212-4, Contract Terms and Conditions-Commercial Items (MAR 2009); FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION) (SEPT 2009); as do the following FAR clauses cited therein: 52.222-26, Equal Opportunity (MAR 2007); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (SEPT 2006); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (SEPT 2006), 52.222-41 -- Service Contract Act of 1965 (NOV 2007), 52.223-6 Drug Free Work Place (MAY 2001), 52.225-3 Buy American Act-Supplies (JUN 2009), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003), 52.233-3 Protest After Award (AUG 1996) and 52.252-2 Clauses Incorporated by Reference (FEB 1998). DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2003), 252.225-7001; Buy American Act and Balance Payment Program (JAN 2009); 252.204-7004, Required Central Contractor Registration (SEPT 2007). FIRMS THAT RECOGNIZE AND CAN PROVIDE THE REQUIREMENT DESCRIBED ABOVE ARE ENCOURAGED TO IDENTIFY THEMSELVES AND PROVIDE THE SUPPORTING EVIDENCE DESCRIBED HEREIN. THE GOVERNMENT WILL MAKE AN AWARD TO THE RESPONSIBLE OFFEROR WHOSE OFFER CONFORMS TO THIS REQUIREMENT AND IS THE LOWEST PRICE. ALL RESPONSES RECEIVED BY THE DUE DATE WILL BE CONSIDERED AWARDS CANNOT BE MADE TO CONTRACTORS WHO ARE NOT REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION AT TIME OF AWARD. OFFERS ARE DUE NO LATER THAN 2 DEC 2009 at Air Force ISR Agency/A7KA, Attn: LaTorie M. Bivins, 102 Hall Blvd Ste 258, San Antonio TX 78243-7034. FAX your quote to (210) 977-6414, If you have any questions call LaTorie M. Bivins at (210) 977-6304. E-mail address: latorie.bivins@lackland.af.mil. Point of Contact LaTorie M. Bivins, Contract Specialist, Phone 210-977-6304, Fax 210-977-6414, Email: latorie.bivins@lackland.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0bf78992a0a86b10663d5ddff6abea00)
 
Place of Performance
Address: AF ISR Agency, 102 Hall Blvd., Lackland, Texas, 78243, United States
Zip Code: 78243
 
Record
SN02010252-W 20091126/091124234826-0bf78992a0a86b10663d5ddff6abea00 (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.