Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2009 FBO #2947
SOLICITATION NOTICE

J -- Postage Meter System Rental and Service - Attachment 1

Notice Date
12/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333313 — Office Machinery Manufacturing
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region I, One Congress Street, (MCP), Suite 1100, Boston, Massachusetts, 02114
 
ZIP Code
02114
 
Solicitation Number
MCSA002R1
 
Archive Date
1/23/2010
 
Point of Contact
Robert Stachowski, Phone: (617) 918-1913, Ian Epstein, Phone: (617) 918-1023
 
E-Mail Address
stachowski.robert@epa.gov, epstein.ian@epa.gov
(stachowski.robert@epa.gov, epstein.ian@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
Limited Source Justification 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. The Synopsis/solicitation number is MCSA002R1. The Naics Code is 333313 with a size standard of 1000 employees The Environmental Protection Agency (EPA) Region 1 is considering entering into an agreement with Hasler/ Neopost located in Milford CT. for the service and maintenance of EPA owned Postal Meter Systems and the Rental of Postage meters for this equipment. The equipment details are included herein. Market Research conducted in support of this equipment has concluded that this PROCUREMENT IS A SOLE SOURCE ACQUISITION with Hasler/Neopost under the authority of FAR 6.302-1. The Limited Source Justification for this acquisition is included in attachment 1 of this solicitation. The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, all proposals received on or before the closing date of this publication of will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. We anticipate awarding a firm fixed price contact. Service and Maintenance shall consist of the following: Four (4) hour on-sight response after receipt of service request. One (1) Preventive Maintenance per year. All Parts and Labor. Loaner Unit, as required. Toll free Telephone support. Item 1 Service and Maintenance for Postal Meter System Model IJ65 # 6512217. System includes: Feeder; 70 lb scale & terminal for one year. Item 1a Rental of Postage Meter # 82050906 for one year. Item 1b One year rate lock protection. This Item is located at 11 Technology Dr. No. Chelmsford MA. Item 2 Service and Maintenance for Postal Meter System Model IJ85 # 851923. System includes: Feeder; 70lb Scale; Scale terminal; Dynamic scale; Power stack for one year. Item 2b Rental of Postage meter # 049J82031785 for one year. Item 2c One year rate lock protection. This item is located at 5 Post Office Square, Boston,MA. Item 3 Service and Maintenance for Address Printer w/coveyor System # 0008242 for one year. This item is located at 5 Post office Square, Boston MA. Vendor shall supply quotes for all items and sub-items listed above for the following periods. The Period of Performance (POP) shall consist of the base year and four (4) one (1) year options. Base Year POP - 2/01/2010 to 1/31/2011 Option 1 POP - 2/01/2011 to 1/31/2012 Option 2 POP - 2/01/2012 to 1/31/2013 Option 3 POP - 2/01/2013 to 1/31/2014 Option 4 POP - 2/01/2014 to 1/31/2015 The following Federal Acquisition Regulation (FAR) clauses and provisions are those in effect through Federal Acquisition Circular 2005 - 38 are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil ) FAR 52.212-1, Instructions to Offerors-Commercial. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2009) are incorporated by reference, however, the following clauses apply; FAR 52.204-7 CCR, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.222-50 Combating Trafficking in Persons, FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.252-1 Solicitation Provisions Incorporated by References,FAR 52.252-2 Clauses Incorporated by Reference. The following additional clauses are applicable to this procurement. FAR 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years, 6 months. FAR 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) FAR 52.222-52 Exemption from Application of the Service Contract Act to Contracts for Certain Services-Certification (Nov 2007) (a) The offeror shall check the following certification: CERTIFICATION The offeror o does o does not certify that- (1) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (2) The contract services are furnished at prices that are, or are based on, established catalog or market prices. An "established catalog price" is a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or the offeror, is either published or otherwise available for inspection by customers, and states prices at which sales currently, or were last, made to a significant number of buyers constituting the general public. An "established market price" is a current price, established in the usual course of ordinary and usual trade between buyers and sellers free to bargain, which can be substantiated from sources independent of the manufacturer or offeror; (3) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (4) The offeror uses the same compensation (wage and fringe benefits) plan for all service employees performing work under the contract as the offeror uses for these employees and for equivalent employees servicing commercial customers. (b) Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services. If the offeror certifies to the conditions in paragraph (a) of this provision, and the Contracting Officer determines in accordance with FAR 22.1003-4(d)(3) that the Service Contract Act- (1) Will not apply to this offeror, then the Service Contract Act of 1965 clause in this solicitation will not be included in any resultant contract to this offeror; or (2) Will apply to this offeror, then the clause at FAR 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements, in this solicitation will not be included in any resultant contract awarded to this offer, and the offeror may be provided an opportunity to submit a new offer on that basis. (c) If the offeror does not certify to the conditions in paragraph (a) of this provision- (1) The clause of this solicitation at 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements, will not be included in any resultant contract to this offeror; and (2) The offeror shall notify the Contracting Officer as soon as possible if the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation. (d) The Contracting Officer may not make an award to the offeror, if the offeror fails to execute the certification in paragraph (a) of this provision or to contact the Contracting Officer as required in paragraph (c) of this provision. • Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • Required, the offeror shall check the following certification under the above FAR 52.222-52 • It is preferable vendors complete the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. • In addition, the following US EPA EPAAR clause is applicable to this RFQ: EPAAR 1552.233-70, Notice of Filing Requirements for Agency Protests, and 1552.211-79, Compliance with EPA Policies for Information Resource Management. These EPAAR clauses are available at http://www.epa.gov/oam/ptod/epaar.pdf. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 8 January 2010 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number MCSA002R1.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegI/MCSA002R1/listing.html)
 
Place of Performance
Address: Item 1 - EPA Lab, 11 Technology Drive No. Chelmsford MA. 01863, Items 2 & 3 - EPA 5 Post Office Sq. Boston MA. 02109, Boston, Massachusetts, 02109, United States
Zip Code: 02109
 
Record
SN02026284-W 20091219/091217234731-bee98189931aeb47b65d872acddd89b4 (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.