Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2018 FBO #5980
DOCUMENT

74 -- Mail Handling Equipment - Attachment

Notice Date
4/6/2018
 
Notice Type
Attachment
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
36C10E18Q0148
 
Response Due
4/27/2018
 
Archive Date
6/26/2018
 
Point of Contact
Dr. Kolin Van Winkle, Contracting Officer
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS SOLICITATION 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. 36C10E18Q0148 The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-96. This solicitation is set-aside exclusively for Service-Disabled Veteran-Owned Small Business concerns. To be considered for award prospective offerors must be a at the date and time set for receipt of offers will have their offer rejected as non-responsive, and will not be considered for award. The applicable NAIC Code for this solicitation is 333318, Standard Size 1,000 Employees. ITEM NO. DESCRIPTION QTY UNIT UNIT PRICE 0001 Mail Handling Equipment 1 EA $__________________ Description of Requirement: An all-in-one mailing and shipping machine that meets the following minimum specifications: Capable of processing 200 letters per minute. Ability to process stacked mail of mixed shapes and sizes, accurately weighing each piece as it moves through the system. Ability to ship from USPS ®, FedEx ® or UPS ®. Ability to weigh package on the scale, choose a carrier based on the best rates and services and print shipping label from the system. Reporting features to manage shipping costs and track all packages no matter which carrier used. Ability to hold shipping transaction history, simultaneously track the status of multiple packages, across USPS, FedEx and UPS. Ability to sort by carrier, cost code, or user in one consolidated report. Include barcode scanner to streamline the logging of every package. Ability to provide history of every package delivered, to include information on carrier, tracking number, recipient and date of arrival.   Envelope Processing Information: Ability to feed and seal up to 3/4. Media size: 3 ½ x 5 up to 11 x 15" with extra wide feed deck. Envelope flap depth: Minimum required: 1, Maximum required: 3 7/8, open and closed flap feeding and sealing. Standard: Print USPS, UPS, and FedEx shipping labels from attached adhesive label printer. Package tape printing: Adhesive roll tape (for large envelopes and small packages). Color touch screen display with 15 display. Account barcode scanner. Laser report printer. Feeding guide. Power stacker. Portrait kit for power stacker. Wired keyboard (for alpha-numeric entries). Delivery Date: 45 Days from the Date of Award. All equipment will be delivered and installed at The Department of Veterans Affairs (VA) Cleveland Regional Office, 1240 East 9th Street, Room 1203, Cleveland, Ohio 44199. FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-1, Solicitation Provisions Incorporated By Reference (FEB 1998) FAR 52.212-2, Evaluation Commercial Items, applies to this solicitation. Offers will be evaluated on price only. FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. Offerors shall submit a completed copy of FAR 52.212-3 with its Offer. FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-2 Clauses Incorporated By Reference (FEB 1998) 52.232.40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEVIATION) (JUL 2016) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) VAAR 852.246-70 Guarantee VAAR 852.246-71 Inspection Limitations on Subcontracting - Monitoring and Compliance This solicitation includes VAAR Clause 852.219-10, VA Notice of Service-Disabled Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b clauses applicable: (4) 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards (OCT 2015) (8) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (22) 52.219-28 Post-Award Small Business Program Representation (DEC 2015) (27) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) (28) 52.222-26 Equal Opportunity (APR 2015) (30) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (33) 52.222-50 Combating Trafficking in Persons (MAR 2015) (44) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (48) 52.225-1 Buy American Act Supplies (MAY 2014) (51) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (58) 52.232-34 Payment by Electronic Funds Transfer Other than Central Contractor Registry (MAY 1999) N/A N/A Offers are due not later than April 27, 2018. Offers must be submitted electronically to kolin.vanwinkle@va.gov For additional information, please contact the Contracting Officer, Kolin Van Winkle, PhD or by e-mail to kolin.vanwinkle@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/36C10E18Q0148/listing.html)
 
Document(s)
Attachment
 
File Name: 36C10E18Q0148 36C10E18Q0148.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4209561&FileName=36C10E18Q0148-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4209561&FileName=36C10E18Q0148-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Cleveland VA Regional Office;A. J. Celebrezze Federal Building;12th Floor, Room 1203;1240 E. 9th Street;Cleveland
Zip Code: 44199
 
Record
SN04881247-W 20180408/180406230841-1b8e696f4c096b0316434ccf3a80074e (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.