Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2010 FBO #3108
SOLICITATION NOTICE

R -- Accountable Mail System - APHIS-S-10-402966

Notice Date
5/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423420 — Office Equipment Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
APHIS-S-10-402966
 
Archive Date
8/16/2010
 
Point of Contact
Carol R. Dingess, Phone: 612-336-3208
 
E-Mail Address
carol.dingess@aphis.usda.gov
(carol.dingess@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
If an offeror’s quote package does not contain all of the items listed in attachment – 1 (page 5 ), the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offer ineligible for award. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. Please return page 5 checklist with bid. This is a combined synopsis/solicitation 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. BIDS ARE BEING REQUESTED AND NO OTHER WRITTEN SOLICITATION WILL BE ISSUED. Submit emailed quotations to Purchasing Section Carol.Dingess@aphis.usda.gov or fax to (612) 336-3550, Attention Carol Dingess. Quotations are due by June 14, 2010 by 4:00pm Central Time. Simplified Acquisition Procedures will be used per FAR 12. And 14. A firm Fixed Price Purchase order will be awarded. All pricing to include any and all costs but not limited to: overhead, general and administrative costs, profit, and transportation. DESCRIPTION The United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Administrative Services Divisions (ASD), Printing Distribution Mail Center Copier Solutions (PDMCS) Mail Branch Riverdale, will Be replacing its existing accountable mail shipping system. PDMCS Mail Center- manages all outgoing accountable mail; this includes, USPS First Class Mail, Certified Mail, Express Mail, Media Mail, Priority Mail, International Priority Mail and UPS Parcels. The Mail Center Team is currently using the Friendship PS600 system for processing accountable mail requests; the system is out dated and will no longer be supported by the manufacturer. Accountable Mail System Specifications Desired Quantity 1 Accountable Mail System Contractor is required to provide an automated, cost effective system that can do the following: General • Vendor shall provide an Accountable Mail Management System. Including: computer hardware large enough to accommodate storing existing data, software, keyboard, color monitor, 150 lb scale, label printer, and small document printer for reports. • Vendor will provide a stand alone system that will not be connected to the USDA, APHIS network. • The system shall be compatibility to existing mail meter equipment (Neopost IJ85 & Neopost IJ65) • Vendor will be responsible for transferring existing data into the Accountable Mail System. For example: USDA, APHIS program names, accounting codes, and monthly expenditures. Reporting • System shall capture postal expenditures of multiple programs and sub programs within USDA, APHIS agency. • Provide historical data for trend analysis daily, weekly, monthly and annual. • Extensive on screen query, hardcopy query capabilities and package validation reports • Customizable productivity reports Functions • Provide electronic delivery confirmation • The Accountable Mail System shall have the ability to validate ship to mail addresses and provide address correction recommendations. • The system shall be user friendly screen menus to help minimize extensive labor for processing. • Rate and services comparison options • System shall have the ability to incorporate USPS rate increases for the various postal methods. • The system shall have the ability to store all shipping transactions. For example: customer name, program name, program code and tracking number. Support • Vendor shall provide training a minimum of 3 hours, 3 staff; on use of system to maximize usage of system options. • Vendor shall provide system technical support during the hours of 8:00 am to 5:00 pm eastern time, Monday -Friday excluding Federal holidays If the vendor is quoting and does not have a system compatible with our current meters (Neopost IJ85 and Neopost IJ65) then bidding vendor must provide pricing on mail meter units. FOB DESTINATION DELIVERY ADDRESS: USDA/APHIS/MRPBS/PDMCS 4700 Rivercale Road Suite 1A01 Riverdale, MD 20737 FOB DESTINATION - All pricing to include any and all costs but not limited to: overhead, general and administrative costs, profit, and transportation *Notice of total Small Business Set Aside 452.219-70 Size Standard and SIC Code Information. SIZE STANDARD AND SIC CODE INFORMATION (NOV 1996) The Standard Industrial Classi-fication Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation are listed below: NAICS CODE - 423420 - Office and Professional Supplies Merchant Wholesaler Size Standard 100 Employees NOTICE TO LARGE BUSINESS: The USDA buying activity in Minneapolis, MN is committed to participation of Small Business, Small Disadvantaged Business and Women-Owned Small Business in the performance of work under this solicitation and resultant contract. The Government will award from this solicitation to the most technically acceptable, responsible offeror whose offer best conforms to the solicitation specifications, and is most advantageous to the government. Price, Technical, Delivery and other factors considered. Each proposal shall respond to each of the evaluation factors identified below., technical evaluation will be performed on each proposal based solely on the information furnished and not on previous knowledge and associations. The evaluation factors are as follows: Technical Evaluation Factors: 1.) All proposals will be rated by comparing descriptive literature against the salient characteristics. 2.) Delivery/Installation. 3.) Training, WARRANTY ITEMS D) Warranty: Explain all details of the warranty. If an extended warranty is available explain details of extended warranty including price and availability after initial warranty expires. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. This solicitation document incorporates provisions and clauses which are in effect through the most current Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the website www.arnet.gov/far and http://www.da.usda.gov/procurement/policy/agar_x/agar02/subchaph.html Federal Acquisition Regulation (FAR) The following clauses are applicable to This solicitation and are included in attachment 1 52.252-2 Clauses incorporated by reference with the same force and effect as if they were given in full text. Clauses incorporated by reference, have the same force and effect as if they were given in full text. (see attachment 1) Also, the full text of a clause may be accessed electronically at this address(es): http://www.acqnet.gov/far/ http://www.da.usda.gov/procurement/policy/agar_x/agar02/subchaph.html 52.212-1 Instructions to offers Commercial items 52.212-2 Evaluation-Commercial Items. 52.212-3 Offeror Representations and Certifications - Commercial Items 52.212-4 Contract Terms and Conditions for Commercial Items. 52.212-5 Contract Terms and Condition required to implement statutes or executive orders for commercial items CCR Information can be found at http://www.ccr.gov All Responsible sources May Submit a Quotation For Consideration. Offers shall include 52.212-3 Representations and Certifications, Which may be submitted from the website: http://orca.bpn.gov All offers must be signed.. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. Anyone placing a bid with the USDA must be listed in the government's Central Contractor Registrar. You may register on line with www.ccr.gov. or by calling Central Contractors Registration @ 1-888-227-2423 or consult online hand book at http://www.ccr.gov/handbook.aspx CCR HELP DESK - https://www.fsd.gov/app/answers/list Anyone placing a bid with the USDA must also obtain a Dunn and Bradstreet number. If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711or via the following website:http://fedgov.dnb.com/webform or at ccr.dnb.com/ccr/pages/CCRSearch.jsp. Offers submitted without completion of this provision will be considered nonresponsive. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. Info must be up-to-date-not expired The U.S. DEPARTMENT OF AGRICULTURE IS A TAX EXEMPT AGENCY. (EXEMPT FROM STATE AND FEDERAL TAX)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/APHIS-S-10-402966/listing.html)
 
Place of Performance
Address: USDA/APHIS/MRPBS/PDMCS, 4700 Rivercale Road, Suite 1A01, Riverdale, Maryland, 20737, United States
Zip Code: 20737
 
Record
SN02162317-W 20100529/100527235239-7f7eb0d3f68fa1c8c1a7ed3af05922a9 (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.