The RFP Database
New business relationships start here

Mailing Ship Mgmt System


Ohio, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C25019Q1428
Posted Date:
September 13, 2019
Original Response Date:
September 19, 2019 @4PM
Current Response Date:
September 19, 2019 @4PM
Product or Service Code:
W074
Set Aside:
No Set-Aside
NAICS Code:

532420

Contracting Office Address

Department of Veterans Affairs
Network Contracting Office 10
Dayton VA Medical Center
3140 Governor s Place Blvd
Suite 210
Kettering, OH 45428

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a request for quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06.

The associated North American Industrial Classification System (NAICS) code for this procurement is 532420, with a small business size standard of $32.5 million.

The Dayton, Ohio VAMC is seeking to purchase rental of mailing equipment with brand name or equal items compared to those listed below.

Purpose/Objectives
The Dayton VA Medical Center s Mail Operations department is tasked with supporting the mail operational needs of the entire Medical Center, to include all clinics and departments on station, and four (4) Community Based Outpatient Clinics (CBOCs). The Dayton VA Medical Center requires a hardware and software solution to improve printing and mail operations, streamline and improve outgoing mail and packages to Veterans, and the reduction and cost recovery of return mail leaving the VA. This requirement shall cover any document, letter, Veteran communication, or package being sent to the Veteran, coupled with recommendations to improve these processes and improve the Veteran experience within the VISN along with other recommendations to optimize efficiency, increase utilization, improve quality, and reduce costs to the VA.

Technical Requirements

Inserter

New DS-85i or equivalent with 4 station tower
Processing speed up to 4000 an hour
4 x 325 document feeder
Envelope feeder up to 325
500 envelope vertical stacker
Fold Types no fold, letter, z-fold, single, double, parallel
5.7 touch screen PC control
OMR and BCR Recognition
AIMS 500 Close loop software, real time database to verify mail is complete
AIMS search Function, and full real time reporting
5 years of maintenance and software support

Mail Machine and Scale
New IS-6000 Mail Machines or equivalent with Dynamic Scale, 70 lb. weighing platform
Up to 300 in batch mode
Job memory 9
Accounts/departments up to 100
Power conveyer stacker
Dynamic Scale accelerates processing by weighing and measuring mail on the fly at up to 160 lpm
5 years of maintenance and support
USPS Meter Rental and Meter Rental updates

Color Production Print Device, Including Composition and Imposition Software

Ricoh Pro C7210SX Color Production Print Device or equivalent
95 PPM
Maximum Monthly impressions up to 240,000
Duty Cycle Up to 800,000
5th color station offering clear toner
Vacuum Feed LCIT
Decurl Unit
500 Sheet Mutli bypass Tray
Total paper capacity min. of 6,500 sheets on-line
2-3- hole punch
Saddle Stitch up to 20 pages or an 80 page book
Staple up to 100 sheets with 4 staple positions
Face Trim
Multi-Folding unit, 6 position folds
Paper size up to 13 x 19.2
EFI Fiery Color Controller
8GB of Memory
1TB HDD
Windows 10
TRCU Units Customer replaceable parts
Color Profiler Suite including an ES-2000 spectrophotometer
FACI Kit for the Fiery front end server to include a stand, 22 monitor, keyboard and mouse
Compose Software with tools that make advanced document preparation simple and quick
Impose Software to automate and streamline prepress tasks
5 years of service and all supplies AMV Color 60,000 and AMV B/W 30,000

Black and White Production Print Device

Ricoh Pro 8210S B/W Production Print Device or equivalent
111 PPM
Total paper of 7700 sheets on line
Monthly impressions up to 1,000,000
Decurl Unit
500 Sheet Mutli bypass Tray
Total paper capacity min. of 6,500 sheets on-line
2-3- hole punch
Saddle Stitch up to 20 pages or an 80 page book
Staple up to 100 sheets with 4 staple positions
Multi-Folding unit, 6 position folds
GBC StreamPunch Ultra
Die set C4 Coil 43-47H
Fiery EFI Front end Controller
FACI kit to include a stand monitor, keyboard and mouse
5 years of service and all supplies AMV of 65,000 B/W

Print and Mail Workflow Software

VA TRM certified software.
Ricoh ProcessDirector or equivalent
5 years of service, maintenance and software support
508 compliant, with available VPAT.
Shall support the in-scope color production printer
Shall integrate with System inserter
Produces production control barcodes on every page of every mail piece, to automate inserting by System
Shall support VMWare.B Shall Run on Windows 64-Bit physical Server, or logical VMWare Server partition for Windows.
Accepts PDF files as input, and is capable of indexing the address fields in different locations for different types of jobs, along with PCL5, TNO, PS, XML
Supports USPS CASS certified address cleansing, including the NCOA database.B Proposal shall include keeping CASS and NCOA current.
Provides a USPS PAVE certified sort, and prepares all USPS artifacts (cage/pallet and tray tags, Postage Statement 3600-FCM/3602 Qualification Report, and mail.dat file) for USPS delivery.
Prints pages in PAVE-sorted order to minimize postage.
Postal savings with grouping, batch printing, sorting and merging
Allows changes in real-time without IT involvement
Supports integrity barcodes: OMR, BCR, 2D
Multi-lingual document management
Delivers the mail.dat file directly, and electronically, to the USPS PostalOne! system.
Delivers a list of any problem addresses to the VA, for each print job, including return codes to enable address correction.B
Produces USPS Full Services Intelligent MailB. barcodes on every mail piece
Creating a unique tracking ID for every mail piece
Allowing for USPS Secure Destruct to be requested, by job type
Exports information for every completed job, including page and piece counts, and identifies a file that contains any problem address information associated with that print job.B B
Shall be usable via secure browser-based interface
Supports separate user ID logins, one per person
Allows dynamic changes to columns included in job-views
Remembers preferences for screen layout, by userid, so that each user can have their own view of the system
Supports separately defined roles, including Printer Operator, Supervisor, and System Administrator.B B
B Associates each login with one and only one role, which defines what that user is allowed to do.
Records all user actions in job logs for accountability and chain-of-custody.
Allows print files to be viewed on the spool, prior to paper production.
Supports searches for particular pages by text field


On Line Web-To-Print Software

RSA Web-CRD or equivalent
Hosting: The Web-to-print system shall be hosted on premise on VA s intranet
Storefronts: Shall support unlimited storefronts at no additional cost per storefront to VA.
Catalog Ordering: Shall support online catalog ordering and reordering for printed products from inventory, print on demand products, and non-print products.
Catalog shall support versioned products (personalized at time of order) and variable data products (data source, such as a .csv file, attached to order).
Ad-hoc ordering: Shall include option to convert native files to PDF at the desktop and when uploaded to the storefront. The desktop conversion shall be integrated with the storefront (i.e. when the conversion is complete the user is taken directly to the storefront to complete the order process).
The order form shall include intuitive symbols for most popular finish options (binding, punching, folding, etc)
Shall include an interactive document preview for soft proofing, including print and finishing options such as tabs, covers and binding.
Shall allow users to combine multiple documents in to a single PDF for ordering.
Offline ordering: Shall include option to submit orders where files delivered to the print center on CD-ROM/DVD, USB drive or hard copy.
Pricing/Quantities shall support fixed quantities (i.e. 100, 250, 500), volume pricing discounts and per user pricing.
Production Workflow shall have a production dashboard that provides a graphical interface for scheduling and tracking of jobs as they move through the production process.
Workflow automation Shall have the ability to submit jobs directly to color and b/w digital presses, including all print and online finishing specifications, in JDF and device specific formats.
Approvals shall support an order approval workflow based on cost or content.
Reporting shall have the ability to produce standard and user defined reports in a CSV format.
Integration shall include functionality for cXML integration to 3rd party MIS/ERP systems.
Authentication shall support LDAP or Active Directory real time authentication
5 years of maintenance service and software support

Server Hardware For Online Web-To-Print and Print and Mail Workflow Software

Manufacturer: Five9 Network Systems
Model: R2210
Form Factor: Rack Mount 2U
Hardware RAID: Level 5
Hard Drives: 4x 1TB
Processors: 2x Intel Xeon E5-2620
Memory: 80GB
Network: 2x 1GB
Backup Drive: 1-3TB External
Software: Vmware Essentials
3x Windows Server 2016
Linus CentOS 7.x
Hardware Server Annual 1 X 5 YEARS
Remote Implementation Fee for Server setup

Web Based Tracking System

WTS-P or equivalent
4 Stations
All in one PC
11 handheld scanners with camera
Scan the carrier tracking number on incoming packages, select the recipient and enter any other data required
Choose the fastest internal delivery route based on recipient location
Capture recipient signature upon delivery
5 years of maintenance service and support

Multi Carrier Solution

EMS Multi Carrier of equivalent
7 Stations
EMS PC with 70lb scale
Shape Up Advisor analyzes mail center operations and identifies where money can be saved. Plus it pinpoints departments that are the biggest spenders.
Advisor reports help analyze your company s shipping operations and offer advice on ways to reduce costs.
PAR reports a package s route and delivery status. This powerful program is set up with trigger emails that automatically send a delivery status to recipients.
What if Report provides analysis of actual usage by carrier including surcharges and fees, and also guides users to cost-saving alternatives
Multiple Shipper Number Support
EMS provides support for complete company identities, allowing the shipper to process for multiple divisions, clients or customers. This powerful feature creates a separate return address and discrete billing based on carrier account numbers, which saves accounting time and increases accuracy. It is indispensable for separate entity support to third-party logistics providers (3PL).
Database Interchange (DBI)Enhanced Option - DBI is an integration tool that allows users to map and exchange data between fields of ODBC-compliant databases and the EMS database. This feature allows faster processing while virtually eliminating error-prone, illegible, handwritten information.
5 Years of maintenance support and service

Training

Contractor shall provide on-site training within (3) business days after installation of all solutions to key operators. Training for all Mail Hardware and installed software components shall be conducted as a train-the-trainer session. These training sessions shall be defined as:

User training one (3) end user training session for up to two (2) hours for up to six (6) people
One week of comprehensive boot camp to review hardware, software, applications and how to incorporate new technology and workflows into the current system.
Re-direct and introduce change management concerning jobs, software, calibrations, and certs.
On-going training throughout the first 30, 60, 90 days.
Hardware and Software operations and workflow
One (1) process specific users guide shall be provided in MS Word and/or PDF formats for distribution to users

Contractor Maintenance Personnel

All contractor personnel who are production personnel shall possess the skills, knowledge, and ability to perform the services required by this contract and shall be OEM Factory trained and employed by the awarded contractor or subcontractor and shall be able to understand speak, read and write the English language fluently. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the Dayton VAMC installations, shall abide by all the regulations of the installation which may be in effect during the contract period. The Dayton VAMC has the right to restrict access on station installations under the contract of any contractor employee, or prospective contractor employee, who is identified as a potential threat to the health, safety, security, general wellbeing or operational mission of the installation and its population. Contractor's employees shall remain fully clothed at all times while on the installation. This includes shirts with sleeves, shoes and long pants. Tank tops, tee shirts, worn outerwear are prohibited. The contractor shall perform work requirements in a manner to protect building occupants from any harm or injury. Work shall be scheduled to afford this protection.

Response to Service Calls

The contractor shall respond to service calls during normal working hours, Monday through Friday. Excluding holidays observed by the Federal Government. The vendor shall respond to verbal service calls within 30 minutes after notification of malfunction of production equipment. Service calls for production machines identified as shall be responded to within an average of 2 working hours. Service calls for mailing equipment shall be responded to within 8 working hours. The response time on a service call starts when the authorized personnel of The Dayton VA Medical Center places a service call to the vendor. The service technician shall report to the requesting service and notify them of his/her arrival and verify the problem for which the service call was made. After the call is completed, the service technician shall contact the service requester representative with the office, whether or not service is completed satisfactory.
The contractor shall provide a toll-free telephone number for service calls which shall be answered during at least eight working hours, between 7:30 am and 4:00 pm, Monday thru Friday, and manned in such a way that the caller shall not be on hold for more than three minutes in the process of reporting a service requirement. The contractor shall also provide for placing service call through the contractor s web-site and provide for ordering supplies over the internet.
The vendor shall have sufficient management and qualified dedicated technicians to service the MFDs and mailing equipment/solutions. The vendor shall have a crew of qualified and trained service and delivery personnel in sufficient numbers to service and support the requirements under contract within the specified response times.
The contractor shall provide training for key operators at the time of installation. When notified, the contractor shall supply additional key operator training on an 'as needed- basis due to personnel turn over or one (1) time per year for refresher. The contractor shall furnish an operator's manual with each MFD supplied and shall make such manuals available in electronic media or web-based access.

Consumable Supplies

All consumable supplies are to be furnished by the contractor, including toner and staples (for production equipped with automatic stapling capability) Excludes; paper, transparencies.

Vendor shall supply pricing for ink, meter tape, and labels to be purchased on an as needed basis as part of the maintenance agreement for postage equipment.

Environmental and Osha Requirements Environmental and Osha

The contractor shall comply with all local, State, and Federal environmental and occupational safety laws, rules, and regulations. The contractor shall be liable for all fines, penalties, and costs which result from violations of, or failure to comply with, all such local State, or Federal laws, rules, and regulations. All unsafe acts or conditions fostered by the contractor personnel may be grounds for The Dayton VA Medical Center to halt any and all contractor performance with a commensurate deduction of monies due the contractor until such unsafe conditions are corrected. The contractor shall take due caution not to endanger personnel during performance of this contract. Upon discovery of a serious hazard such as, but not limited to, fire, or large fuel spill, the contractor shall notify The Dayton VA Medical Center Fire Department at "911".

Performance Requirements

The Contractor shall perform all services on the leased mail hardware and software such as: installation, de-installation, maintenance, repair and/or replacement, relocations, training, responding and resolving incidents, service requests and changes transportation, service delivery management system(s), equipment, parts, and all required supplies necessary for operation of the mail hardware. All Hardware and software presented to The Dayton VA Medical Center shall be TRM Approved. ALL hardware and software shall include maintenance, software support, USPS meter rental, software updates, and meter rental updates and any outside costs to operate and utilize all mail system hardware and software.
Contract Clauses and Provisions

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018)
FAR 52.203-16, Preventing Personal Conflicts of Interest (DEC 2011)
FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014)
FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011)
FAR 52.204-13, System for Award Management Maintenance (OCT 2018)
FAR 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016)
FAR 52.217-8, Option to Extend Services (NOV 1999)
FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000)
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984)
VAAR 852.203-70, Commercial Advertising (MAY 2008)
VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (AUG 2018)

The following subparagraphs of FAR 52.212-5 are applicable:
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E. Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).
(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) Section 889(a)(1)(A) of Pub. L. 115-232).
(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).
(5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).
(6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78) (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph
(b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995)
FAR 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018)
FAR 52.204-14, Service Contract Reporting Requirements (Oct 2016)
FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
FAR 52.219-8, Utilization of Small Business Concerns (Oct 2018)
FAR 52.219-9, Small Business Subcontracting Plan (Aug 2018)
FAR 52.219-16, Liquidated Damages Subcontracting Plan (Jan 1999)
FAR 52.222-3, Convict Labor (June 2003)
FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jan 2018)
FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015)
FAR 52.222-26, Equal Opportunity (SEPT 2016)
FAR 52.222-35, Equal Opportunity for Veterans (OCT 2015)
FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014)
FAR 52.222-37, Employment Reports on Veterans (Feb 2016)
FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)
FAR 52.222-50, Combating Trafficking in Persons (MAR 2015)
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
FAR 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014)
FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008)
FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013)
FAR 52.242-5, Payments to Small Business Subcontractors (Jan 2017)

(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

N/A

(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause--
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509).
(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, or the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115-91).
(iv) 52.204-25, Prohibition on Contracting for Certain Telecommunication and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232).
(v) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(vi) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.
(vii) 52.222-21, Prohibition of Segregated Facilities (Apr 2015)
(viii) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).
(ix) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(x) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(xi) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212)
(xii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(xiii) 52.222-41, Service Contract Labor Standards (Aug 2018), (41 U.S.C. chapter 67).
(xiv) __(A) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627).
__(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
(xv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (May 2014) (41 U.S.C. chapter 67).
(xvi) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (May 2014) (41 U.S.C. chapter 67).
(xvii) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989).
(xviii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
(xix) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).
(xx) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).
(B) Alternate I (Jan 2017) of 52.224-3.
(xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note)
(xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xxiii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items (AUG 2018)
FAR 52.204-7, System for Award Management (OCT 2018)
FAR 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016)
FAR 52.209-7, Information Regarding Responsibility Matters (OCT 2018)
FAR 52.211-6, Brand Name or Equal (AUG 1999)
FAR 52.233-2, Service of Protest (SEPT 2006)
VAAR 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018)
VAAR 852.233-71, Alternate Protest Procedure (OCT 2018)
FAR 52.212-2, Evaluation Commercial Items (OCT 2014)
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (AUG 2018)

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

All quoters shall submit the following:

One electronic copy of quote clearly listing hardware and software (brand name or equal)
Descriptive literature if providing equal hardware and software
Subcontracting plan
Three past performance references similar in size and scope

All quotes shall be sent electronically to Mary Jane Crim at maryjane.crim@va.gov.

Evaluation

Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process.
Quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. After the evaluation of quotes, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing a purchase order. The Contracting Officer will not negotiate with any quoters other than those that represent the best value to the Government and will not use the formal source selection procedures described in FAR Part 15. The Contracting Officer may issue a purchase order to other than the lowest priced quoter.
The Government may award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:B

Price: The Vendor shall provide one electronic copy of quote

Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Description and Scope. References shall include contact information; brief description of the work completed, and contract # (if relevant).B References may be checked by the Contracting Officer to ensure your company is capable of performing the required services.B The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources to include PPIRS.

Technical: The vendor s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Statement of Work in a timely efficient manner.B

*Price and technical are slightly more important than price.

This is an open-market combined synopsis/solicitation for services as defined herein.B B The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes shall include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoter shall list exception(s) and rationale for the exception(s).

Submission shall be received not later than September 19, 2019 at 4PM to maryjane.crim@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist, Mary Jane Crim, at maryjane.crim@va.gov.

Point of Contact
Mary Jane Crim
maryjane.crim@va.gov

Mary Jane Crim
maryjane.crim@va.gov

MaryJane.Crim@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP