Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2010 FBO #3084
MODIFICATION

R -- Presort Mail Services in Durham, North Carolina - Amendment 1

Notice Date
5/3/2010
 
Notice Type
Modification/Amendment
 
NAICS
561410 — Document Preparation Services
 
Contracting Office
Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance, 7111 Security Blvd., Baltimore, Maryland, 21244
 
ZIP Code
21244
 
Solicitation Number
SSA-RFQ-10-1322
 
Archive Date
5/21/2010
 
Point of Contact
Sandra L Wicks, Phone: 410-965-9522, Christian Hellie, Phone: (410) 965-9511
 
E-Mail Address
sandra.wicks@ssa.gov, christian.hellie@ssa.gov
(sandra.wicks@ssa.gov, christian.hellie@ssa.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment: Questions and Answers SF 30 The solicitation is being admended to provide all prospetive offerors responses to questions specified in the Amendment #000001. This is a notice of intent and not a solicitation notice. A solicitation is not available at this time. The Social Security Administration (SSA) plans to issue a competitive solicitation for the procurement of Presort Mail Services at SSA facility in Research Triangle Park, North Carolina for a base-year and four option years (if exercised). The contractor shall furnish all necessary personnel, materials, USPS reports, services, facilities and equipment and performing all tasks necessary for preparing first-class national mail distribution. The North American Industry Classification (NAICS) Code for this requirement is 561410 with a size standard of $7.0 million. The Government intends to issue a contract for the presort mail services. It is the Government's best estimate that it will require presort for approximately 8,000 -10,000 pieces of mail per day the first year and between 10,000 - 30,000 pieces of mail per day for option years 1 through 4 of the term of the contract. There may be wide variances. On some days, the volume may be less than 8,000 or more than 30,000 pieces. SSA prints the numeric ZIP+4 Code and Delivery Point Barcode (DPBC) in the address block of its mail. The contractor will be required to adhere to USPS requirements by placing an appropriate bar code label on the outside of the envelope. This requirement is being conducted under FAR part 12, Commercial Items and FAR subpart 13.5, Test Program for Certain Commercial Items. The applicable The North American Industry Classification Code (NAICS) code and size standard are 561410 and $7 million. The solicitation (SSA-RFQ-10-1322) will be available on the Fed Biz Ops (FBO) web page at www.eps.gov on or about April 26, 2010. All parties interested in submitting an offer should download the solicitation from the FBO web site. No telephone requests will be honored. Hard copies of the RFQ will not be mailed. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2010-04-26 16:02:54">Apr 26, 2010 4:02 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2010-05-03 16:30:38">May 03, 2010 4:30 pm Track Changes To be considered for award, offers must meet the salient physical, functional, and performance components specified in attached SOW, attachment #1 of this solicitation. The contractor shall also provide a firm-fixed price for the period of acceptance for their quotation. The Contracting Officer will evaluate offers on the basis of information furnished by the offeror. The selected offeror must comply with the following commercial item terms and conditions as well as any addenda to these clauses. The FAR clauses and provisions that apply to this acquisition are FAR 52.212-1, Instructions to Offerors - Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Offerors must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. Applicable terms and conditions, and Representations and Certifications are contained in attachment #2 of this notice. Service Contract Act is applicable to this acquisition. See attachment #3, Wage Determination #05-2401 (Rev.-8) dated 10/06/2009 and attachment #4, Job Descriptions applicable to this requirement. The Contracting Officer will evaluate offers on the basis of information furnished by the offeror. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer represents the best value taking into account the offerors technical approach, experience, past performance and price. The Government may award to other than the lowest priced offer based on a comparative analysis of quotes. In order to determine which offer represents the best overall value to the Government, a comparative evaluation of the offers received will be conducted. Such comparative evaluation will be based on information provided by the offeror, as well as on information known by the Government or obtained by the Government from other sources. Responses to this solicitation are due no later than 2 p.m. EST, Friday, May 05, 2010. Offerors may send responses via email to Sandra.Wicks@ssa.gov. All questions regarding this RFQ must be submitted in writing to Sandra Wicks at the email address provided previously by April 29, 2010 at 2:00PM EST. NO PHONE CALLS WILL BE ACCEPTED. E-mail communications shall include company name, point of contact, e-mail address, phone and fax numbers. Offerors must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-RFQ-10-1322/listing.html)
 
Place of Performance
Address: Social Security Administration, Second Support Center, 3604 Louis Stephens Drive, Research Triangle Park, North Carolina, 27709, United States
Zip Code: 27709
 
Record
SN02138389-W 20100505/100503234454-780b4f6fcba8d7e20d52c087820227a9 (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.