Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2006 FBO #1714
MODIFICATION

D -- MSHA Nationwide Mailing & Shipping Solution

Notice Date
8/4/2006
 
Notice Type
Modification
 
NAICS
491110 — Postal Service
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Division (VA), 1100 Wilson Boulevard Room 2133, Arlington, VA, 22209-3939
 
ZIP Code
22209-3939
 
Solicitation Number
Reference-Number-61-06MR-677
 
Response Due
8/10/2006
 
Archive Date
8/25/2006
 
Small Business Set-Aside
Total Small Business
 
Description
(i)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. (ii)The solicitation number for this procurement is 61-06MR-677 and is issued as a request for proposal (RFP). (iii)This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09. (iv)The North American Industry Classification (NAIC) code associated with this procurement is 491110. The small business size standard is $6.5 million. This procurement has not been set-aside for small business participation. (v)Contract Line Item Numbers (CLINS). Offerors: Mailing & Shipping Solution Services, 0001AA Price per Month (Base) $______ X 12 months = $ _______; 0001AB Price Per Month (renewal opt. yr 1) per Month $______ X 12 months = $ _______; 0001AC Price per Month (renewal opt. yr 2) $______ X 12 months = $ _______; 0001AD Price per Month (renewal opt. yr 3) $______ X 12 months = $ _______; 0001AE Price per Month (renewal opt. yr 4) $______ X 12 months = $ _______. (vi)Description of requirement/Performanced Based Statement of Work (PBWS). Statement of Work Mailing and Shipping Solutions 1.0 INTRODUCTION 1.1 Organization U.S. Department of Labor (DOL) Mine Safety and Health Administration (MSHA) Office of Administration and Management Management Services Division (MSD) Facilities and Property Management Branch 1100 Wilson Boulevard Arlington, VA 22209-3939 1.2 Mission The mission of the Mine Safety and Health Administration (MSHA) is to administer the provisions of the Federal Mine Safety and Health Act of 1977 (Mine Act) and to enforce compliance with mandatory safety and health standards as a means to eliminate fatal accidents; to reduce the frequency and severity of nonfatal accidents; to minimize health hazards; and to promote improved safety and health conditions in the Nation's mines. MSHA carries out the mandates of the Mine Act at all mining and mineral processing operations in the United States, regardless of size, number of employees, commodity mined, or method of extraction. 1.3 Project Background 1.3.1 MSHA maintains over 100 field offices in 38 states and Puerto Rico. Offices vary in size from one person field duty stations to large district offices greater than 60 employees. MSHA currently employs postage rate scales and meters in order to determine and affix postage to outgoing mail in most offices. When postage rates changed on January 8, 2006, MSHA discovered that its postage vendor would no longer provide updates for older postage rate scales, rendering them obsolete. Also, MSHA currently cannot track postage use and mail volume at the field office level without relying on employee surveys or questionnaires. MSHA desires to find a mailing and shipping solution that avoids planned obsolescence, provides detailed use information, and provides centralized billing for the various office locations. MSHA believes it can achieve this solution by replacing scale and meter technology with a Web based postage provider. MSHA will acquire web based postage services through an RFP for a Base period of 1 year and four (4)1-year option periods. 2.0 REQUIREMENTS 2.1 Task Description Mailing and shipping solutions must include but not be limited to the following: 2.1.1 Capability to purchase and print postage from the Internet from any computer and printer. 2.1.2 No minimum postage use requirement. 2.1.3 Capability to upgrade software via Internet downloads due to postage rate changes, program upgrades, or new software versions. 2.1.4 Ability to print postage on plain paper or commercially available labels. 2.1.5 Ability to establish a master account for all MSHA offices for the sake of centralized billing. 2.1.6 Flexibility to close and open sub accounts without incurring penalty fees. 2.1.7 Ability to track postage expense and volume by Agency, Program Area, and office location. 2.1.8 Ability to integrate with Microsoft Office applications. 2.1.9 Address book integration with Microsoft Exchange / Outlook. 2.1.10 Delivery confirmation when shipping Priority & Express Mail. 2.1.11 MSHA requires a mailing and shipping solution that avoids planned obsolescence, provides detailed use information, and provides centralized billing for the various office locations. 2.2 Technical and Security Requirements 2.2.1 Must be capable of operating over a WAN. 2.2.2 Must be compatible with Windows 2003 server, Windows 2000/XP desktops and a Windows-based network. 2.2.3 Must comply with MSHA Security policies and requirements and will be subject to review by the MSHA Information Security Office prior to acceptance. 2.2.4 Service provider must ensure that MSHA transactions, postage use, software upgrades, and all functions described in 2.1.1 ? 2.2.2 above are secure from unauthorized disclosure. 2.3 Deliverables MSHA retains the exclusive rights to all work products created under this statement of work and requires satisfactory performance by the contractor under this task order 2.4 Expertise 2.4.1 The contractor is responsible for providing personnel with expertise in the areas stated in Sections 2.1 and 2.2 above. 2.4.2 The contractor employee must have knowledge of U. S. Postal Service Regulations, procedures and products. 3.0 Administrative Consideration 3.1 Points of Contacts 3.1.1 Contractor 3.1.2 Client Representative Mine Safety and Health Administration Management Services Division Garland Gray 1100 Wilson Boulevard, Room 2136 Arlington, VA 22209-3939 Office Telephone: (202) 693-9843 Facsimile: (202) 693-9826 3.1.3 Alternate Client Representative Mine Safety and Health Administration Management Services Division Keith Pendergast 1100 Wilson Boulevard, Room 2141 Arlington, VA 22209-3939 Office Telephone: (202) 693-9844 Facsimile: (202) 693-9826 4.0 Place of Performance 4.1 100 field offices in 38 states and Puerto Rico. (Exact addresses to be provided upon award of contract). 5.0 Duration of Task 5.1 Estimated Period of Performance: September 30, 2006 thru September 30, 2007 5.2 Effective September 30, 2006, this contract will be a firm one year contract, with four renewable option years through September 30, 2011. There is no obligation by MSHA to renew this contract beyond the fixed order term. 6.0 Project Management 6.1 The contractor shall implement a management program to control and direct this task consistent with MSHA?s mission and shall address all items listed in the statement of work. 6.2 The contractor shall provide to MSHA?s contracting officer?s technical representative (COTR) the name and telephone number of its customer service representative authorized to cure software performance issues. 6.3 The contractor shall submit an invoice to the centralize billing for the various office locations for each month?s performance under this task order. 7.0 Performance Assessment Plan The contractor shall be evaluated on the quality and timeliness of the following (in priority order): A. Capability to purchase and print postage from the Internet from any computer and printer. B. Ability to establish a master account for all MSHA offices for the sake of centralized billing. C. Capability to upgrade software via Internet downloads due to postage rate changes, program upgrades, or new software versions. D. Flexibility to close and open sub accounts without incurring penalty fees. E. Ability to track postage expense and volume by Agency, Program Area, and office location. F. Price Reasonableness. 8.0 Privacy Act Information included in this task is protected by the provisions of the Privacy Act of 1974. All personnel assigned to this task will take proper precautions to protect the information from disclosure. 9.0 Limitation On Size of Proposal The size of proposal to be received is not to exceed 20 pages. 10.0 Proposal Contents A. Brief description of company. B. Description of how company will meet 2.0 ?Requirements? in Statement of Work. C. Brief description of company quality control procedures and customer service offered. D. Price Proposal for: Base Period: 09/30/06 ? 09/30/2007 Option Period 1: 10/01/07 ? 09/30/08 Option Period 2: 10/01/08 ? 09/30/09 Option Period 3: 10/01/09 ? 09/30/10 Option Period 4: 10/01/10 ? 09/30/11 (Viii)-(xi)FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998). This solicitation and any resulting contract incorporates one or more provisions and clauses 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 address: http://www.arnet.gov/far/ The contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses. 52.212-1, Insturctions to Offerors-- Commercial Items (OCT 2000). 52.212-2, Evaluation--Commercial Items (JAN 1999).52.212-2 Evaluation?Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation?Commercial Items (Jan 1999) (a) The Government will award a firm fixed-price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Listed in descending order of importance: Tasks/Requirements in Section 2.0 Requirements of the PBWS/(SOW), Technical & Security Requirements, Corp. Qualifications, Past Performance, and Price. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.212-3, Offeror Representations and Certifications--Commercial Items (DEC 2000). 52.212-4, Contract Terms and Conditions-- Commercial Items (OCT 2003). 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-- Commercial Items (JAN 2005). ************************* Notice ****************************** The cut-off date for responses to this solicitation is hereby extended until Thursday, August 10, 2006 at 2:00p.m. (EST). All proposals should be submitted via e-mail to Darrell Cooper at: (cooper.darrell@dol.gov). ***************************************************************
 
Place of Performance
Address: Contracting Office Address:, U.S.DOL, Mine Safety and Health Administration, 1100 Wilson Blvd, Room 2173, Arlington, VA
Zip Code: 22209
Country: UNITED STATES
 
Record
SN01106697-W 20060806/060804220528 (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.