Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 4,2000 PSA#2657

180th Fighter Wing, Ohio Air National Guard, Attn: LGC, 2660 S. Eber Rd, Swanton, OH 43558-9645

W -- RENTAL OF PITNEY BOWES POSTAGE METERS SOL DAHA3300T6099/DAHA3300T6100 DUE 082500 POC Laurabell Tracy, 419/868-4314, Jody Zuelzke, 419-868-4237 or fax 419/868-4222 E-MAIL: click here to contact for RFQ package for rental of, jody.zuelzke@ohtole.ang.af.mil. SUBJECT: W -- RENTAL OF PITNEY BOWES POSTAGE METERS 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. Solicitation numbers DAHA33-00-T-6099 and DAHA33-00-T-6100 are issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 97-19 and DCN 20000627. This quotation is issued on an unrestricted basis. The Standard Industrial Code (SIC) is 7359. IAW the authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-5, the 180th Fighter Wing Base Contracting Office intends to negotiate a non-competitive sole source contract with Pitney Bowes Corporation for maintenance of government-owned Pitney Bowes equipment: model 5820, continuation of lease and maintenance of Pitney Bowesequipment: models 6501/6100/E500/B900/B510, plus softguard software support for Pitney Bowes equipment 5820/B510. The ensuing contract shall be for a base period of one year commencing on 1 Oct 00 through 30 Sep 01 with two option years (1 Oct 2001 -- 30 Sep 2002 and 1 Oct 2002 -- 30 Sep 2003) renewable at the beginning of each Federal Fiscal Year for two separate mail sites located at the 180th Fighter Wing, Bldg. 114, 2660 S. Eber Road, Swanton, Ohio and 200th RHS, Bldg. 200, 200 North Camp Perry Road East, Port Clinton, Ohio. Pitney Bowes is the only known source capable of providing these services. The government-owned mail metering system components included in this requirement are manufactured by Pitney Bowes and include, in whole or in part, the following interfaced equipment and components: electronic postal scales, mailing machines, report printers and electronic postage meters. The 180th Fighter Wing/IM and 200th RHS/IM sections require maintenance for all of the equipment listed above. The Softguard software is required for the above mail metering systems. (a) Electronic postage meters: The US Postal Service requires postage meters to be leased and has authorized leases from only four manufacturers, one of which is Pitney Bowes. The Pitney Bowes meters included in this requirement are the only postage meters compatible with the existing government-owned mail metering equipment. (b) Software: the softguard software consists of Pitney Bowes patented and manufactured chip/cartridge or software specifically designed for Pitney Bowes mail metering equipment. Pitney Bowes holds the copyright and source code to this software. Thus, no other company manufactures a rate change product compatible with Pitney Bowes equipment and no other source can meet this requirement. (c) Maintenance: Pitney Bowes is the only known source with its own nation-wide service organization servicing Pitney Bowes equipment and the only known supplier for providing replacement and spare parts for their equipment. Each contractor shall include a completed copy of the provision at FAR 52.212-3 Offeror Representation and Certifications -- Commercial Items with its offer. Contractors must include its Federal Tax Identification Number and corporate status. Corporate status means the concern's designation as a 1) sole proprietorship, 2) partnership, or 3) other corporate entity. The clause at 52.212-4 Contract Terms and Conditions -Commercial Items and provision at 52.212-1, Instructions to Offerors -- Commercial Items applies to this acquisition and are incorporated by reference. The provision at 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items is included and incorporates by reference the clauses identified by the contracting officer: 52.222-3 Convict Labor, 52.233-3 Protest After Award, 52.225-13, Restrictions on Certain Foreign Purchases, 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.225-3 Buy American Act -- Supplies, 52.232-33 Payment by Electronic Funds Transfer -- Central Contractor Registration, . The provisions and clauses identified as 52.217-5 Evaluation of Options, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.204-6 Data Universal Numbering System (DUNS) Number, 52.217-6 Option for Increased Quantity, 52.232-25 Prompt Payment, 52.232-18, Availability of Funds, 52.232-19, Availability of Funds for the Next Fiscal Year, applies to this acquisition and are incorporated by reference. DFARS clauses and provisions 252.212-7000 -- Offeror Representations and Certifications -- Commercial Items, 252.204-7001 -- Commercial and Government Entity (CAGE) Code Reporting, 252.204-7004 -- Required Central Contractor Registration apply to this solicitation. The solicitation document and incorporated provisions and clauses are thosein effect through Federal Acquisition Circular (FAC) 97-19 and DFARS DCN 20000627. Copies of the FAR and DFARS can be obtained via the Internet: www.farsite.hill.af.mil. If there are responsible sources other than Pitney Bowes who are capable of providing these types of maintenance and service, please contact the 180th Fighter Wing, Base Contracting Office, TSgt Laurabell Tracy or TSgt Jody Zuelzke (419) 868-4314 or 4237. Those contractors will be forwarded additional information too lengthy for inclusion in this announcement. In order to be considered for award, the contractor must be currently registered with the Central Contractor Registration (CCR) database. The Government will determine the award based on Best Value or what is most advantageous to the Government. The significant evaluation factors will be (a) Price, (b) Technical, and (c) past performance, where price being the most important and Past Performance significantly less than price. Technical is of equal importance to price. The closing date and time for this synopsis/solicitation is August 25, 2000 at 4:00 PM (EST). Quotes can be faxed to the 180th FW Base Contracting Office, 419-868-4222. Attn: SMSgt Cindy Martin, Base Contracting Officer. This is a combined synopsis and solicitation request for quotation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only request for quotation being requested and a written Request for Quotation will not be issued. This Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition circular 97-19 and Defense Acquisition Circular 20000627. The SIC is 5812. This is 100 percent Small Business Set-Aside procurement for the following Mess Attendant Service requirements: The contractor shall provide all personnel and supervision necessary to perform the requirements outlined within the Mess Attendant Performance Work Statement. The ensuing contract shall be for a base period of one year commencing on 1 Oct 00 through 30 Sep 01 with four option years renewable at the beginning of each Federal Fiscal Year. Contractor tasks include but are not limited to the following: a. Cleaning facilities, equipment, dishes, pots, pans and utensils. b. Bussing tables in dining areas. c. Handling supplies, and equipment. d. Cashier Duties. Specific details are outlined within the Mess Attendant Performance Work Statement for services required at each location on the Air National Guard UTA weekends. The contractor shall provide an on-site supervisor who shall be responsible for the employees and performance of work. The on-site supervisor shall have full authority to act for the contractor on all contract matters relating to daily performance of this contract. They shall be able to read, write, speak, and understand English. The contractor shall not knowingly employ persons for work on this contract if such employee is a potential threat to the health, safety, security, and general well being of the operational mission. The contractor must during pre-employment interviews or post employment briefings ensure employee understand and apply Personnel Hygiene habits and adhere to food code sanitation requirements. Records of these actions must be maintained by the contractor and available for inspection by the appropriate government personnel. The contractor shall provide simple distinctive clothing to all employees so they may be readily identified as contractor employees. Uniform requirements are specified in the Statement of Work and will be approved by the Base Contracting Officer. The Supervisor uniform will be clearly different from normal contracted shift worker for easy identification to customers. Shoes shall be of sturdy construction and shall cover the foot for sanitation and safety reasons. Ball caps will be required as head coverings. Ball caps or clothing will not contain lewd or vulgar language. The contractor shall provide to the contracting officer a list of personnel employed on this contract the Friday proceeding each UTA weekend. Security Requirements: The contractor shall ensure all contractor employees adhere to installation rules and directives. All personnel will be required to have in their possession a valid photo ID to gain access onto the installation. Contractor personnel who work in dining facilities will be provided food and beverages to be consumed in the facility up to 30 minutes before or after their shifts at no charge at the discretion of the installation commanders. Employees will not bring outside food into the dining facility. Under the Statement of Work, the Food Service Worker at a minimum will prepare dining and serving areas by setting up counters, stands, chairs and tables. Bus tables. Takes out trash containers. Cleans trash containers. Places food containers in serving order, fills salt and peppershakers, and places linen and silverware on tables. Scrapes washes, and sort dishes, glassware, and silverware. Cleans kitchen equipment, pots andpans, counters, and tables. Sweeps and mops floor. Other similar tasks as assigned. Performs cashier duties. There will be two dining facilities utilized under this contract. The dining facilities are located at the 180th Fighter Wing, 2660 S. Eber Road, Swanton, Ohio 43558-9645 and 200th RHS, 1200 North Camp Perry Road East, Port Clinton, Ohio 43452. Each contractor shall include a completed copy of the provision at FAR 52.212-3 Offeror Representation and Certifications -- Commercial Items with its offer. Contractors must include its Federal Tax Identification Number and corporate status. Corporate status means the concern's designation as a 1. sole proprietorship, 2. partnership, or 3. other corporate entity. The clause at 52.212-4 Contract Terms and Conditions -Commercial Items and provision at 52.212-1, Instructions to Offerors -- Commercial Items applies to this acquisition and are incorporated by reference. The provision at 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items is included and incorporates by reference the clauses identified by the contracting officer: 52.222-3 Convict Labor, 52.233-3 Protest After Award, 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.225-1 Buy American Act Balance of Payments Program- Supplies, 52.232-33 Payment by Electronic Funds Transfer -- Central Contractor Registration, . The following FAR/DFARS provisions and clauses apply to this request for quotation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluations -- Commercial Items; FAR 52.212-3 Offerors Representations and Certifications -- Commercial Items; FAR 52.212-4 Contract Terms and Conditions -- Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders; applicable under 52.212-5 (b) are 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I, 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity, 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Concerns, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers: 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-41 Service Contract Act of 1965, as amended (41 U.S.C. 351, et seq.) 52.222-42 Statement of Equivalent Rates for Federal Hire (29 U.S.C. 206 and 41 U.S.C. 351 et seq.), 52.219-14 Limitation on Subcontracting. The Contracting Officer has determined that the following clauses are necessary for this acquisition and consistent with customary commercial practices: FAR 52.246-4 Inspection of Services -- Fixed Price, 52.228-5, Insurance -- Work on Government Installation. Department of Labor Wage Determination No. 94-2425 -9 is applicable to this Request for Quotation and has been validated by the Department of Labor. The provisions and clauses identified as 52.217-5 Evaluation of Options, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.204-6 Data Universal Numbering System Number, 52.217-6 Option for Increased Quantity, 52.232-25 Prompt Payment, 52.232-18, Availability of Funds, 52.232-19, Availability of Funds for the Next Fiscal Year, applies to this acquisition and are incorporated by reference. DFARS clauses and provisions 252.212-7000 -- Offeror Representations and Certifications -- Commercial Items, 252.204-7001 -- Commercial and Government Entity (CAGE) Code Reporting, 252.204-7004 Required Central Contractor Registration apply to this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-19 and DFARS DCN 20000627. Copies of the FAR and DFARS can be obtained via the Internet: www.farsite.hill.af.mil. Copies of the Wage Determination can be obtained via the Department of Labor. Contractors interested in this solicitation shall notify the contracting office (419) 868-4314 or 4237 for a Request for Quote package. Those contractors will be forwarded additional information too lengthy for inclusion in this announcement. Information will consist of the Performance Work Statement for the both Air National Guard units, Wage Determination 94-2425-9 and past performance questionnaires. The standard industrial classification is 5812. Size standards under this SIC are $5 million. This acquisition is 100 percent small business set-aside. In order to be considered for award, the contractor must be currently registered with the Central Contractor Registration database. The Government will determine the award based on Best Value or what is most advantageous to the Government. The significant evaluation factors will be Price and past performance, where price being the most important and past performance significantly less than price. All Mess Attendant Services are to be performed at the 180th Fighter Wing, 2660 S. Eber Road, Swanton, Ohio 43558-9645 and 200th RHS, 1200 North Camp Perry Road East, Port Clinton, Ohio 42452 on specified UTA weekends. These dates are available for FY 01. If you are interested in submitting an offer, please contact the Base Contracting Office, 419-868-4314 or 419-868-4237. Information too lengthy for inclusion into this solicitation will be forwarded to those contractors upon request. The closing date and time for receipt of offers is 25 Aug 2000, 4:00 PM, Eastern Standard Time. Facsimile offers are acceptable and may be forwarded to fax number 419-868-4222, Attn: Base Contracting Office. This is an "All or None" request for quotation. Posted 08/02/00 (W-SN481191). (0215)

Loren Data Corp. http://www.ld.com (SYN# 0205 20000804\W-0001.SOL)

W - Lease or Rental of Equipment Index  |  Issue Index |


Created on August 2, 2000 by Loren Data Corp. -- info@ld.com