The RFP Database
New business relationships start here

Postage Meter Lease


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

I.GENERAL INFORMATION
The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg. 804, Maxwell AFB, AL has a requirement to purchase services as described in the Statement of Work (SOW), (Attachment 1). This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice.

This announcement constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2019-06 Item I and DFARS DPN change notice 20190820.


A Firm Fixed Priced Award will be made in accordance with the following:


Any questions must be received by 18 September 19, 12:00 hrs CST. Proposals must be received by 20 September 2019, 15:00 hrs CST. E-mail proposals are acceptable. Please respond to this RFP by emailing response to: MSgt Samuel Hudson at e-Mail: samuel.hudson@us.af.mil AND Mr. Mark Restad at e-Mail: mark.restad.1@us.af.mil.


THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED.


II.DESCRIPTION:


Transportation at Maxwell AFB, AL has a requirement to provide packing and crating and local drayage of personal property shipment to fulfill a continuing government need for Maxwell-Gunter AFB, AL as outlined in the Performance Work Statement (PWS), dated, December 2015.


PERIOD OF PERFORMANCE: 01 Oct 2019 - 30 Sep 2020 plus four (4) one (1) year option periods


LOCATION: Maxwell AFB, AL


III. SCHEDULE OF SERVICES:


CLIN 0001: METER 1:POSTAGE METERING EQUIPMENT LEASE: Provide equipment, service, preventative maintenance IAW the Statement of Work. Enter prices in Attachment G3, Proposal Schedule, line items 0001-0014. Base Period. POP: 01 Oct 19 - 30 Sep 20
Qty: 12 Months Unit Price: $ Total Cost:tiny_mce_marker__________


CLIN 0002: METER 2:POSTAGE METERING EQUIPMENT LEASE: Provide equipment, service, preventative maintenance IAW the Statement of Work. Enter prices in Attachment G3, Proposal Schedule, line items 0001-0014. Base Period. POP: 01 Oct 19 - 30 Sep 20
Qty: 12 Months Unit Price: $ Total Cost:tiny_mce_marker__________


CLIN 1001: METER 1:POSTAGE METERING EQUIPMENT LEASE: Provide equipment, service, preventative maintenance IAW the Statement of Work. Enter prices in Attachment G3, Proposal Schedule, line items 0001-0014. Base Period. POP: 01 Oct 20 - 30 Sep 21
Qty: 12 Months Unit Price: $ Total Cost:tiny_mce_marker__________


CLIN 1002: METER 2:POSTAGE METERING EQUIPMENT LEASE: Provide equipment, service, preventative maintenance IAW the Statement of Work. Enter prices in Attachment G3, Proposal Schedule, line items 0001-0014. Base Period. POP: 01 Oct 20 - 30 Sep 21
Qty: 12 Months Unit Price: $ Total Cost:tiny_mce_marker__________


CLIN 2001: METER 1:POSTAGE METERING EQUIPMENT LEASE: Provide equipment, service, preventative maintenance IAW the Statement of Work. Enter prices in Attachment G3, Proposal Schedule, line items 0001-0014. Base Period. POP: 01 Oct 21 - 30 Sep 22
Qty: 12 Months Unit Price: $ Total Cost:tiny_mce_marker__________


CLIN 2002: METER 2:POSTAGE METERING EQUIPMENT LEASE: Provide equipment, service, preventative maintenance IAW the Statement of Work. Enter prices in Attachment G3, Proposal Schedule, line items 0001-0014. Base Period. POP: 01 Oct 21 - 30 Sep 22
Qty: 12 Months Unit Price: $ Total Cost:tiny_mce_marker__________


CLIN 3001: METER 1:POSTAGE METERING EQUIPMENT LEASE: Provide equipment, service, preventative maintenance IAW the Statement of Work. Enter prices in Attachment G3, Proposal Schedule, line items 0001-0014. Base Period. POP: 01 Oct 22 - 30 Sep 23
Qty: 12 Months Unit Price: $ Total Cost:tiny_mce_marker__________


CLIN 3002: METER 2:POSTAGE METERING EQUIPMENT LEASE: Provide equipment, service, preventative maintenance IAW the Statement of Work. Enter prices in Attachment G3, Proposal Schedule, line items 0001-0014. Base Period. POP: 01 Oct 22 - 30 Sep 23
Qty: 12 Months Unit Price: $ Total Cost:tiny_mce_marker__________


CLIN 4001: METER 1:POSTAGE METERING EQUIPMENT LEASE: Provide equipment, service, preventative maintenance IAW the Statement of Work. Enter prices in Attachment G3, Proposal Schedule, line items 0001-0014. Base Period. POP: 01 Oct 23 - 30 Sep 24
Qty: 12 Months Unit Price: $ Total Cost:tiny_mce_marker__________


CLIN 4002: METER 2:POSTAGE METERING EQUIPMENT LEASE: Provide equipment, service, preventative maintenance IAW the Statement of Work. Enter prices in Attachment G3, Proposal Schedule, line items 0001-0014. Base Period. POP: 01 Oct 23 - 30 Sep 24
Qty: 12 Months Unit Price: $ Total Cost:tiny_mce_marker__________



Grand Total Cost:$ ________________


CONTRACT TERMS AND CONDITIONS:


The following FAR/DFARS provisions and clauses are applicable to this solicitation:
(For full text references, go to www.arnet.gov or http://farsite.hill.af.mil )


FULL TEXT:


52.212-1 INSTRUCTIONS TO OFFERORS


IV. QUOTE PREPARATION INSTRUCTIONS


To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ.


a. The offeror must submit a signed and dated quote with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services" and terms and conditions, the offeror agrees to accede to all solicitation requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.


b. Offerors must include a completed copy of the provisions at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items.


c. Offerors must provide a unit price and extended price for CLINS referenced in the "SCHEDULE OF SUPPLIES/SERVICES."


d. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS.

e. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the System for Award Management (SAM) database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220.


f. Quote Contents:



IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract.


V. BASIS FOR AWARD


This will be a firm-fixed price contract. The contractor must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Award will be made to the lowest priced quote.


PART I- PRICE:


The Government will evaluate the price of all quotes as follows:


Quotes will be determined fair and reasonable based on competitive quotes, comparison with similar services in a related industry, comparison to an independent Government estimate, or any other reasonable basis in accordance with FAR 13.106-2.


The Government intends to award a contract without discussions with respective offerors. Offerors shall submit sufficient information and in the format specified in Quote Preparation Instructions. Offeror's may be asked to clarify certain aspects of their quote to which the offeror has not previously had an opportunity to respond.


IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract.
VI. CONTRACT TERMS AND CONDITIONS:


The following provisions and clauses apply to this acquisition and can be viewed through Internet access at the Air Force Federal Acquisition Regulation (FAR) Site, http://www.farsite.hill.af.mil in accordance with 52.252-1 and 52.252-2.


This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available, IAW FAR 52.107 or view in the sites mentioned in provision 52.252-1 and Clause 52.252-2.


The Following Provisions and Clauses Are Incorporated By Reference:


FAR 52.204-7 System for Award Management (Oct 2018)
FAR 52.204-13 System for Award Management Maintenance (Oct 2018)
FAR 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Oct 2018)
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011)
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013)
DFARS 252.203-7005 Representation Relating To Compensation of Former DoD Officials (Nov 2011)
DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992)
DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016)
DFARS 252.223-7006 Prohibition on Storage, Treatment and Disposal of Toxic or Hazardous Materials (Sep 2014)
DFARS 252.225-7048 Export Controlled Items (Jun 2013)
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)
DFARS 252.232-7010 Levies on Contract Payments (Dec 2006)
DFARS 252.237-7010 Prohibition of Interrogation of Detainees by Contractor Personnel (Jun 2013)
DFARS 252.204-7006 Billing Instructions (Oct 2005)
DFARS 252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018)
AFFARS 5352.201-9101 Ombudsman (Jun 2016)
AFFARS 5352.223-9001 Health and Safety on Government Installations (Nov 2012)


FAR Clauses and Provisions by Full Text:


FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/
(End of Clause)


FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at http://farsite.hill.af.mil.


(End of Provision)


Attachments:
1. Statement of Work
Attachment 1:


Postage Meter Statement of Work (SOW)


1.EXPECTATIONS


1.1. Contractor shall provide equipment and customer training for postage metering equipment.
1.1.1. Equipment installed must meet or exceed the following specifications:
1.1.1.1. Interfaced Weighing Options up to 70 lbs
1.1.1.2. Differential Weighing (mixed mail)
1.1.1.3. Accounting for at least I00 accounts
1.1.1.4. Stacking Options drop or power stacker
1.1.1.5. Weigh-on-the-Fly processing
1.1.1.6. USPS E-Services
1.1.1.7. Processing speed at least 100 letters per minute
1.1.1.8. Support letter thickness of 5/8 inch
1.1.1.9. Touch Screen display with at least a 10 inch view
1.1.1.10. USB connection


2.MAINTAINING EQUIPMENT


2.1. Maintain equipment: including preventative maintenance and repair/replacement of equipment and parts (including attachments such as cables, surge protectors, postage meters, etc). Work performed shall include all parts, labor, and service calls required during the term of the contract to ensure equipment is operational at all times. Also to include any software and updates made necessary by carrier rate changes and/or software version enhancements. Any additional training necessary due to version upgrades shall also be provided at the time of upgrade installation. Services shall be in accordance with manufacturer's commercial practice.


3.DOWNTIME/CREDITS


3.1. Downtime credit: For any equipment covered that remains inoperative for longer than twenty-four (24) consecutive hours (downtime was not the result of causes external to the machine). Such credit shall be given for an inoperative machine and for any other interconnected equipment, which is unusable as a result of the breakdown.


Attachment 1
3.2. The amount of credit per day shall be I/30'h of the monthly maintenance charges of the machine for each day a machine is inoperative. Reduction of maintenance for inoperative periods of less than one day after initial 24 hours will be prorated.


3.3. Downtime shall end when the machine is returned to proper operating condition. When downtime credits are due, the total number of hours to be credited shall be accumulated for each month and adjusted to the nearest full half-hour. Credits may be applied against the invoices with appropriate information attached.


4. SERVICES SUMMARY
Number


Performance Objective


SOW Reference Number


Performance Threshold
SS1 Provides training to new users 1.1. 100%
SS2 Ensure postage meters receive software changes/updates as required 2.1. 100%
SS3 Clean/Repair/Replace equipment or parts as required on a monthly basis 2.1. 100%


 


Samuel L Hudson, Phone 3349533879, Email samuel.hudson@us.af.mil - Mark K. Restad, Mr., Phone 334-953-3521, Email mark.restad.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP