Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9,2000 PSA#2660

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 E-MAIL: Request RFQ for rental of Pitney Bowes equipment, jody.zuelzke@ohtole.ang.af.mil. This is a modification to the synopsis entitled DAHA3300T6099/DAHA3300T6100 Rental of Pitney Bowes Postage Meters which was posted on August 2,2000. You are notified that the following changes are made and the synopsis should now read: 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 Bowes equipment: 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 withits 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 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. 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. Posted 08/06/00 (W-SN482908). (0219)

Loren Data Corp. http://www.ld.com (SYN# 0129 20000809\W-0002.SOL)

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


Created on August 7, 2000 by Loren Data Corp. -- info@ld.com