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
|
|
|