Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2003 FBO #0669
MODIFICATION

T -- PRINTING AND MAIL SUPPORT SERVICES (PAMSS)

Notice Date
9/25/2003
 
Notice Type
Modification
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
9-BJ2-Z75-03-18P
 
Response Due
10/10/2003
 
Archive Date
9/25/2004
 
Point of Contact
Gail A. Rollins, Contract Specialist, Phone (281) 244-8439, Fax (281) 483-4173, Email gail.a.rollins@nasa.gov - Richard W Bennett, Contracting Officer, Phone (281) 483-1872, Fax (281) 483-2138, Email richard.w.bennett@nasa.gov
 
E-Mail Address
Email your questions to Gail A. Rollins
(gail.a.rollins@nasa.gov)
 
Description
This is modification 1 to the synopsis entitled Printing And Mail Support Services (PAMSS), 9-BJ2-Z75-03-18P. which was posted on September 15, 2003. You are notified that the following changes are made: The purpose of this modification is: 1) To publish the Draft Statement of Work (SOW) for the Printing And Mail Support Services (PAMSS) procurement. The following is the Draft Statement of Work for the PAMSS. 2) Information for the Printing And Mail Support Services (PAMSS) Industry Briefing. The following is the Draft Statement of Work for the PAMSS. PRINTING AND MAIL SUPPORT SERVICES (PAMSS) NASA - Johnson Space Center INTRODUCTION This Statement of Work (SOW) describes required activities for the Printing and Mail Support Services contract. The work on this contract is performed primarily onsite at the Johnson Space Center, Building 227 with a lesser amount being performed in other buildings onsite, which include Ellington Field and Sonny Carter Test Facility. Work is also performed at off-site facilities such as the local United States Post Office. The functions on this contract are products and services in direct support of the entire Johnson Space Center (JSC). OVERVIEW The products and services are broken into two primary activities; 1) Duplication and Printing, and 2) Mail and Distribution. Both activities primarily occur in Building 227. Duplication and Printing run a two-shift operation five days a week. The equipment utilized in this area is Government-furnished. Finishing capabilities are limited to tape binding, side and corner stitching, saddle stitching small documents, drilling, and tying. Specialty jobs that cannot be performed in-house are sent to the Government Printing Office (GPO). Mail and Distribution handles all of the incoming and outgoing mail for the JSC. Mail is taken to and picked up at the local post office and brought onsite. All pieces of incoming mail are x-rayed and screened prior to delivery. Mail is sorted and delivered to the various buildings onsite. Mail, also handles classified material, and Distribution distributes documents onsite or to specific distribution lists. STATEMENT OF WORK DUPLICATION AND PRINTING SYSTEMS The Contractor shall operate an installation-based duplicating and printing program to support all JSC program, project and institutional requirements. The Contractor shall produce paper and electronic copies from paper and electronic printmaster originals. Work includes one/two-sided copying and duplication, online electronic publishing, high-speed reprographic production, color reproduction and bindery operations. Bindery operations include fold, laminate, tape bind, GBC (General Binding Corporation) bind, stitch bind, saddle stitch bind, drill, collate, cut, tie and pad, but are limited to job size and quantities. The Contractor shall produce printed copies from electronic media including files from remote sources, CD?s, and floppy disks. Copies shall also be produced from electronic files transmitted directly to the JSC print server that may require additional modification by the machine operator and/or a systems analyst before print. Security clearances shall be required for some work in this area. The Contractor shall provide support to the GPO (Government Printing Office) function. Work includes writing printing specifications for local contracts and GPO orders, sending printing orders to GPO and local term contracts, communicating with customers, GPO and local contractors. The Contractor shall maintain a database that contains all print requests. This database must have the ability to provide various types of reports for the purpose of quality control and tracking contract requirements. MAIL AND DISTRIBUTION SERVICES The Contractor shall provide the JSC mail pickup, processing and delivery. The Contractor shall pick up and deliver official mail from the local post office in accordance with US Postal Service guidelines. The Contractor shall process all official incoming and outgoing Registered, Certified, Insured, Express and Priority mail in compliance with US Postal Service domestic mail regulations, international mail regulations and NASA Headquarters and JSC mail handling procedures. This includes preparing postal logs and applicable postal forms required for each specific type of mailing. The Contractor shall advise and assist customers as required, wrap official packages and prepare for mailing, including affixing metered postage to US Postal Service mailings. The Contractor shall: process all incoming tray mail; sort and set aside official ?fan? mail; city, state and Federal Government mail; and all other official correspondence. The Contractor shall serve as the central point for incoming and outgoing classified material and process incoming, outgoing, and JSC internal classified mail. This includes assigning control numbers, maintaining an accurate control log, preparing appropriate forms, producing reports regarding the meters, tracking the amount of mail coming in/out, preparing classified documents and mailing or delivering same. The Contractor shall handle classified documents in accordance with JSCM 1600D "JSC Security Manual", at all times and establish and maintain a database for proper and efficient control of classified documents. Security clearances shall be required for some work in this area. In response to any emergency directive, the Contractor shall provide all required support. The Contractor shall provide distribution of printed documents and information from other NASA organizations. The Contractor shall provide a courier service between various buildings onsite and off. METRICS Metrics will be measured monthly by customer satisfaction as stated in clause(TBD). PAMSS Industry Briefing Information: The PAMSS Industry Briefing will be held on October 15th in the Gilruth Center, room 216, the Lone Star Room at 9:15am CST. (The map is linked for reference purposes at URL: http://jsc-web-pub.jsc.nasa.gov/bd01/IRD-PAO_Procurement/gilruth.pdf . ) Attendees are encouraged to arrive at 8:30am to allow adequate time to register in room 108, the San Jacinto Room. Companies who have not already stated their intent to attend the briefing are requested to send an email to the points of contact with company information and the number of people who will be in attendance at the briefing. This information is needed by COB October 10th. If your company has already received confirmation of registration please do not send another notice as we already have you registered. PAMSS Tours Information: Companies interested in taking a tour of the building to be supported by the PAMSS contractor should sign up for a tour time during their initial registration the morning of the 15th. The PAMSS tours will begin at 10:30am CST on October 15th. As this tour will be on a Fereral facility, badging of tour participants is required. A photo ID (drivers license or state ID card) is required to obtain a visitor badge for on-site tours (badges/ID's from other Government facilities/companies are not acceptable forms of identification). NOTE: Due to heightened security restrictions, foreign nationals may attend the briefing but will not be allowed on the site-tour. If you are in need of special assistance please notify the points of contact so special arrangements can be made. Tours are limited to three representatives per company. A website has been created for PAMSS documents at the following URL: http://jsc-web-pub.jsc.nasa.gov/bd01/IRD-PAO_Procurement/ Documents related to this procurement are available over the Internet and are in Microsoft Office 97 format and will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/JSC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=CL&pin=73 Offerors are responsible for monitoring this site for the release of the solicitation and any amendments. Potential offerors are responsible for downloading their own copy of the solicitation and amendments (if any).
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#107459)
 
Record
SN00442247-W 20030927/030925213350 (fbodaily.com)
 
Source
FedBizOpps.gov 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.