|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 19,1997 PSA#1912Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second Street
SW., Washington, DC 20593-0001 J -- CENTRAL MAINTENANCE AGREEMENT AND CENTRAL SOFTWARE PROTECTION
AGREEMENT SOL DTCG23-98-R-TPM01B POC Contract Specialist: Linda Mullen
(202) 267-1512; Contracting Officer: Jerome Hensley (202) 267-6211
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. This is Request for Proposal
Number DTCG23-98-R-TPM01B. This solicitation document will incorporate
provisions and clauses that are in effect through Federal Acquisition
Circular 90-46. The standard industrial classification code is 3599 and
the size standard is 500 employees. The period of performance is for a
base period (Oct 1, 1997 -- Sept 30, 1998, Qty 12 mos.) and 4 one-year
option periods (Oct 1, 1998 -- Sept 30, 1999, Qty 12 mos., Oct 1, 1999
-- Sept 30, 2000, Qty 12 mos., Oct 1, 2000 -- Sept 30, 2001, Qty 12
mos., and Oct 1, 2001 -- Sept 30, 2002, Qty 12 mos.). The Contractor
shall provide all labor and materials necessary to provide a central
maintenance agreement which applies to all hardware and software in the
mailing system models currently in use throughout the Coast Guard,
listed below, and a central software protection agreement for the mail
processing equipment listed below. Item No. 1) 33 Pitney Bowes Model
6105 Mailing Machines; 2) 222 Pitney Bowes Model 5600 Mailing Machines;
3) 2 Pitney Bowes Model E670 Mailing Machines; 4) 1 Pitney Bowes Model
B610 (100 lb.) Electronic Mailing Scale; 5) 9 Pitney Bowes Model A530
(30 lb.) Electronic Mailing Scales; 6) 2 Pitney Bowes Model B510 (10
lb.) Electronic Mailing Scales; 7) 355 Pitney Bowes Model LMS-70 (70
lb.) Electronic Mailing Scales; 8) 3 Pitney Bowes Model STAR 160
Mailing and Shipping Systems; 9) 5 Pitney Bowes Paragon Mail
Processors; 10) a central software protection (Programmable Read Only
Memory (PROM) Disk Replacement) agreement for the Pitney Bowes mail
processing equipment currently in use throughout the Coast Guard as
follows: 1 Pitney Bowes Model B610 (100 lb.) Electronic Mailing Scale;
9 Pitney Bowes Model A530 (30 lb.) Electronic Mailing Scales; 2 Pitney
Bowes Model B510 (10 lb.) Electronic Mailing Scales; 355 Pitney Bowes
Model LMS-70 (70 lb.) Electronic Mailing Scales; 3 Pitney Bowes Model
STAR 160 Mailing and Shipping Systems; and 5 Pitney Bowes Paragon Mail
Processors; 11) 1 copy of a Service Activity Report (not separately
priced). The Contractor shall designate a single Project Manager
responsible for all work performed under this contract and to serve as
a point of contact for the Coast Guard. Specific Tasks are as follows:
1) The Contractor shall provide to the Coast Guard a central
maintenance agreement which applies to all hardware and software for
the mailing system models described above. The maintenance agreement
shall provide that if the Contractor provides a replacement part that
does not fully perform according to manufacturer's specifications, the
Contractor shall promptly replace the non-operational part/equipment
with a like part/equipment. 2) The Contractor shall provide to each
CoastGuard unit, an equivalent piece of equipment functioning at
manufacturer's specifications, should the original mailing machine or
electronic mailing scale require more than 12 hours to repair. The
replacement equipment shall be delivered and operational within 24
hours from the initial service call that reported the original
equipment non-operational. If the malfunction is due to defective
equipment parts, the Contractor shall complete all repairs, including
labor, at no cost to the Coast Guard. 3) The Contractor shall provide
periodic on-site maintenance on the equipment described above, on a
semi-annual basis. 4) The Contractor shall provide unlimited on-site
service calls to include repair which shall include all parts and labor
free of charge. 5) The Contractor shall provide to each Coast Guard
unit affected by this agreement, a copy of the maintenance agreement.
6) The Contractor shall provide a review of service history of the
equipment, check parts inventory, and make specialized diagnostic tests
on-site. Also, provide reports of service activity for Coast Guard
review, in compliance with Contract Data Requirements List (CDRL) --
Form DD 1423-1, Data Item No. 0001, available upon request. 7) The
Contractor shall provide to the Coast Guard a central agreement that
will protect the 343 Coast Guard units for all qualified Programmable
Read Only Memory (PROM) or Disk replacements for up to six (6)
qualified events on the mailing equipment described above. The postage
rate PROM and Disk shall contain accurate and up-to-date postage rate
changes on U.S. Postal Service and other carrier rates. 8) The
Contractor shall automatically send one (1) copy of the updated
PROM/Disk replacement for each piece of mailing equipment listed above
at each of the 343 Coast Guard units, at no cost to the Coast Guard,
before any qualified event takes effect. The following documents are
incorporated by reference: U.S. Postal Service Domestic Mail Manual
(USPS DMM); U.S. Postal Service Postal Bulletin (USPS PB). The
following documents are attachments to this RFP and will be forwarded
upon request: CDRL Data Item No. 0001 and the address list for all of
the 343 Coast Guard Units, which will also list the equipment and
serial numbers at each location. Definitions: 1) Qualified Event --
Postal or carrier rate increases or decreases; changes in service
provided by carriers (e.g., required new report formats or geographical
expansions); and all ZIP Code or Postal Zone changes. 2) Maintenance --
Actions taken to return equipment to "as new" operating condition, and
to reduce the probability of equipment failure. 3) Repair -- Actions
taken to return non-operating equipment to "as new" operating
condition. 4) Non-Operational -- Equipment not functioning at
manufacturer's specifications. The Government will not provide or loan
any equipment required to perform the services described herein. The
Contractor shall furnish everything required to perform this contract.
The following provisions are incorporated by reference: 52.212-1
Instructions to Offerors-Commercial Items; 52.212-3 Offeror
Representations and Certifications Commercial Items (must be submitted
with offer); 52.212-4 Contract Terms and Conditions-Commercial Items,
the following terms and conditions are added as an addendum to this
clause: 1. Invoice -- The Contractor is required to submit invoices
which contain all of the information specified in FAR Clause 52.232-25,
Prompt Payment. A DD Form 250 may be used as an invoice provided it
includes all the information in Clause 52.232-25. The original and two
copies of the invoice shall be submitted to the following address:
Commandant (G-ACS-1A), U.S. Coast Guard Headquarters, 2100 Second St.,
SW, Wash., DC 20593-0001, M/F: Invoice for Contract No.* (to be added
at time of award). Failure to provide the required information shall
be cause for rejection of the invoice. 2. Option to Extend the Term of
the Contract 52.217-9 -- The Government may extend the terms of this
contract by written notice to the Contractor prior tocompletion of the
basic contract for Item Nos. 1 -- 11; provided, that the Government
shall give the Contractor a preliminary written notice of its intent to
extend at least 30 days before the contract expires. The preliminary
notice does not commit the Government to an extension. If the
Government exercises this option, the extended contract shall be
considered to include this option provision. The total duration of this
contract, including the exercise of any options under this clause,
shall not exceed 60 months; 52.212-5 Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial Items.
The following FAR clauses cited in this clause are applicable to this
acquisition: 52.203-6, 52.203-10, 52.219-8, 52.222-26, 52.222-35,
52.222-36, and 52.222-37; 52.232-18 Availability of Funds. The U.S.
Coast Guard intends to enter into a firm-fixed price contract. The
Government will award a contract, subject to the availability of FY 98
funds, 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: Technical capability of the
service offered to meet the Government requirement; management
capability; price; and past performance. Technical, management and past
performance, when combined, are significantly more important than
price. 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). 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 actions by either party. Before the offer's specified
expiration time, the Government may accept an offer, whether or not
there are negotiations after its receipt, unless a written notice of
withdrawal is received before award. Offers are due on September 12,
1997, 3:00 to: Commandant (G-ACS-1A/LM), U.S. Coast Guard Headquarters,
2100 Second St., SW, Washington, DC 20593-0001, ATTN: Linda Mullen. For
information call Linda Mullen at 202/267-1512. This notice is for
informational purposes for Minority, Women-Owned and Disadvantaged
Business Enterprises. The Department of Transportation (DOT) Office of
Small and Disadvantaged Business Utilization (OSDBU), has a program to
assist minority, women-owned and disadvantaged business enterprises to
acquire short-term working capital assistance for
transportation-related contracts. Loans are available under the DOT
Short-Term Lending Program (STLP) at prime interest rates to provide
accounts receivable financing. The maximum line of credit is $500,000.
For further information and applicable forms concerningthe STLP, call
the OSDBU at (800) 532-1169. For information concerning this
acquisition, contact the contracting official listed above. (0227) Loren Data Corp. http://www.ld.com (SYN# 0070 19970819\J-0018.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|