Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2011 FBO #3603
SOLICITATION NOTICE

W -- Postage Meter Rental, Various locations in Utah

Notice Date
10/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333313 — Office Machinery Manufacturing
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W911YP-12-T-1001
 
Response Due
10/21/2011
 
Archive Date
12/20/2011
 
Point of Contact
Jennifer Shaw, 801-432-4330
 
E-Mail Address
USPFO for Utah
(jennifer.shaw5@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. DESCRIPTION: This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. Solicitation W911YP-12-T-1001 is being issued as a Request for Proposal. North American Industry Classifications System Code (NAICS) is 333313, size standard is 1,000 employees. SPECIFICATIONS: The USPFO for Utah anticipates issuing a Firm Fixed Price (FFP) contract for one (1) base year and three (3) additional years for a monthly lease of 15 postage meters at various locations across Utah (see below for location details). The base period will be from 1 December 2011 to 30 November 2012. Each option will be exercised contingent upon the Contractor providing service that is satisfactory to the Chief, Admin Services and based on the availability of funds. Quote should include the following: 1. Postage meters must meet the following specifications: - integrated scale capable of weights up to 5 lbs. - allow for manual entry of postage amounts. - use thermal means or ink to apply postage directly to envelopes. - allow use of self-adhesive labels. - ability to download postage from the internet. - display indicating postage amounts. 2. A minimum of one future postage rate increase per year. 3. Meters must be delivered and operational at each location NLT 1 December 2011. 4. Government reserves the right to add meters during the term of the contract at the contracted rate or remove meters as needed. INSTRUCTIONS TO OFFERORS: 1.Proposals are due NLT 5:00 pm MST 21 October 2011. Proposals should be sent to Jennifer Shaw at jennifer.shaw5@us.army.mil. 2.Offerors must submit a quote for the base year and each option year. 3.Provide descriptive literature/product specifications for the meter being proposed. Failure to include may cause your offer to be considered non-responsive. 4.Quote must include DUNS number, Tax ID Number, and CAGE code. EVALUATION FACTORS: The contract type for this procurement will be a firm-fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) Lowest price technically acceptable and (2) Offeror's cabability to have meters delivered and operational at each location by required date. The Government will evaluate offers for award by adding the total price for all additional years to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the options. FUNDING: Funding is not presently available for this contract. Award of a contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. And also in accordance with FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: (1) FAR 52.204-7 Central Contractor Registration; (2) FAR 52-204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; (3) FAR 52.212-1 Instructions to Offerors--Commercial Items; (4) FAR 52.212-2 Evaluation--Commercial Items; (5) FAR 52.212-3 Offeror Representations and Certifications--Commercial Items, with Alternate I; (6) FAR 52.212-4 Contract Terms and Conditions--Commercial Items; (7) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.219-28 Post Award Small Business Program Representation; (b) FAR 52.222-3 Convict labor; (c) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (d) FAR 52.222-21 Prohibition of Segregated Facilities; (e) FAR 52.222-26 Equal Opportunity; (f) FAR 52.222-36 Affirmative Action for Workers with Disabilities; (g) FAR 52.222-50 Combating Trafficking in Persons; (h) FAR 52.233-3 - Protest After Award (i) FAR 52.233-4 Applicable Law for Breach of Contract Claim; (j) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (k) FAR 52.232-33 Payment by Electric Funds Transfer-Central Contractor Registration. (8) FAR 52.217-5 Evaluation of Options; (9) FAR 52.217-8 Option to Extend Services; (10) FAR 52.217-9 Option to Extend the Term of the Contract; (11) FAR 52.232-19 Availability of Funds for the Next Fiscal Year; (12) FAR 52.252-2 Clauses Incorporated Reference; (13) DFARS 252.201-7000 Contracting Officer's Representative; (14) DFARS 252.204-7004 Central Contractor Registration, Alternate A; (15) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (16) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (b) DFARS 252.232-7003 Electronic Submission of Payment Requests; (c) DFARS 252.247-7023 ALT III Transportation of Supplies by Sea Please direct questions to Jennifer Shaw at jennifer.shaw5@us.army.mil, phone calls will not be accepted. POSTAGE METER LOCATION DETAILS: Utah Army National Guard Armory 584 North 500 East Price, UT 84501 1457th Engineers 1575 South Highway 91 Blanding, UT 84511 2-222nd FA Battalion 170 East 4150 South Saint George, UT 84771 222nd FA Battalion 1065 North Airport Road Cedar City, UT 84721 2-222nd FA Battalion 120 South Main Beaver, UT 84713 222nd FABN 6220 West 200 South Richfield, UT 84701 AASF 7602 Airport Road West Jordan, UT 84084 1457th Engineers 525 West 1000 South Mount Pleasant, UT 84647 1457th Engineers 89 West Union Street Manti, UT 84642 116th Engineer Co. 2751 North Main Street Spanish Fork, UT 84660 HQ 141st MI Battalion 951 South Geneva Road Orem, UT 84058 HQ 1457th Engineering 251 South 200 East American Fork, UT 84003 B/141st MI 590 South 500 West Logan, UT 84321 Utah Army National Guard Armory 84 South 1500 West Vernal, UT 84078 Utah Army National Guard Armory 958 North 5th West Brigham City, UT 84302
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W911YP-12-T-1001/listing.html)
 
Place of Performance
Address: USPFO for Utah 12953 South Minuteman Drive Draper UT
Zip Code: 84020
 
Record
SN02601648-W 20111006/111004234536-028238c96ed9bbb6fc6f522f5ad6da5a (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.