Federal Bid

Last Updated on 07 Oct 2016 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Postal Meters and Accessories

Solicitation ID F3N0436201AC01
Posted Date 02 Sep 2016 at 3 PM
Archive Date 07 Oct 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa5613 700 Cons Lgc
Agency Department Of Defense
Location United states
Please provide a quote for the items listed below by 16:00 Central European Time, 14 Sep 2016. 700 CONS is contemplating a firm-fixed price contract for Postal Meters and Accessories for use in three mail centers. Offers should submit quotes in ENGLISH on ALL items listed; partial quotes will not be evaluated. Quotes must be submitted in one of the following currency: US or EURO. The contractor will be required to provide all labor, equipment, and supplies necessary to meet the requirement. Include shipping costs in the unit price to the addressed identified below. Please provide a quote in accordance with the description of requested items. Provide specifications for all items proposed. Proposed equivalents must meet the identified specifications to be considered for evaluation.

Submit quotes via email to [email protected] and/or [email protected]. Feel free to contact the contract administrator, David Volberg, at (0)6371-405-4109 for questions or concerns.

BASIS FOR AWARD
Award will be made to the lowest priced quote that best meets the description below.

CLIN 0001 - Pitney Bowes SendPro 1500 Bundle with accessories or Equal.
Equivalent items must meet the following specifications at a minimum to be considered
an equal product. Specifications/capabilities are listed below each component. Vendors must provide items approved by USPS.
Quantity: 3 each

Bundle Details:

SendPro 1500 (120/60 LPM) Postal Meter, 3 ea
- Scan and weigh packages, print out proper shipping label for specific
account, record data on a database (online accessible), produce monthly
accounting reports.
- Built for high volume usage; 10,500 letters daily
- Wireless and LAN connectivity
- able to communicate with USPS system for tracking send/receive/status
- must be approved for use by United States Postal Service (USPS)

70 lb Interface Weigh w/External Display
- able to weight at least 70lb packages

500 Dept Analysis
- Must be able to manage at least 500 separate postal accounts

Black Graphics Upgrade

Desktop Send Kit
- Able to utilize existing desktops operating Windows 8 and above
- Portable
- Able to synchronize information into same database system as primary
postal meter
- Able to weight postage (at least 10lbs)
- Able to print labels
- Able to

Wireless LAN adapter
- allow postal meters to utilize wireless LAN

Inview Dashboard software for two or more sites
- accounting / reporting tool able to collect/access data from postal
meters
- tracks multiple accounts to produce monthly reports
- interact with all meters on the network

In-view Dashboard Set-up and Training
- Contractor must set up the In-View Dashboard and provide training on its
use

Equipment Software Agreement
Standard SLA-Equipment Service Agreement
- Service Agreement that supports a 12-24 hour response time for
service/maintenance
- 12 month period
- Provides repair and replacement plan

Pitney Bowes Meter/Subscription
- 12 month period
- provides rate updates for carrier provided services and zip code changes


ADDITIONAL INFORMATION:
All Shipping/Handling will be included in the unit price
FOB: Destination
Warranty: provide details
Delivery After Award:

Deliver To:
86 CS/CXMB
UNIT 3360
APO/AE 09094-3360
C/O Mr. Wendal Shaw
80 County Road
Jersey City, New Jersey 07097

Please provide the follwing with your submission.
Company Name:
Quote #:
Delivery Days ARO:
DUNS #:
CAGE Code:
Taxpayer ID #:
FOB: Destination
Shipping Weight:
Shipping Dimensions:
Discount Terms:
Remittance Address:

NOTE 1: To be awarded a contract with the US Air Force and/or the United States Government, vendor must have a DUNS number, and CAGE code.

Clauses/Provisions

Incorporated by Reference
52.211-6 Brand Name or Equal
52.212-1 Instructions to Offerors - Commercial Items
52.212-4 Contract Terms and Conditions Commercial Items
52.232-39 Unenforceability of Unauthorized Obligations
52.247-34 F.O.B. Destination
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.203-7996 (DEV) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation
252.203-7997 (DEV) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements
252.204-7003 Control of Government Personnel Work Product
252.225-7048 Export Controlled Items
252.229-7000 Invoices Exclusive of Taxes or Duties
252.229-7002 Customs Exemptions (Germany)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7010 Levies on Contract Payments
252.243-7001 Pricing of Contract Modifications
252.247-7023 Transportation of Supplies by Sea
5352.223-9000 Elimination of use of Class I Ozone Depleting Substances (ODS)

Full Text Clauses/Provisions

52.212-3 Alt I Offeror Representations and Certifications -- Commercial Items
(Offeror complete and return information in accordance with para (b)(2) of this clause)
"[Offeror to identify the applicable paragraphs at (c) through (r) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.]"

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note).
(8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note).
(26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126).
(33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
(ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627).
(40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
(44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
(50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332).

52.252-1 Solicitation Provisions Incorporated by Reference
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
https://www.acquisition.gov/far and http://farsite.hill.af.mil. (End of Provision)

52.252-2 Clauses Incorporated by Reference
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
https://www.acquisition.gov/far and http://farsite.hill.af.mil. (End of Clause)

52.252-6 -- Authorized Deviations in Clauses (Apr 1984)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation System (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause)

This contract incorporates one or more authorized deviations in clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://www.acq.osd.mil/dpap/dars/class_deviations.html.

252.211-7003 Item Identification and Valuation
(c) Unique item identifier.
(1) The Contractor shall provide a unique item identifier for the following:
(i) Delivered items for which the Government's unit acquisition cost is $5,000 or more, except for the following line items:
Contract Line, Subline, or
Exhibit Line Item Number Item Description
NONE
(ii) Items for which the Government's unit acquisition cost is less than $5,000 that are identified in the Schedule or the following table:
Contract Line, Subline, or
Exhibit Line Item Number Item Description
NONE
(If items are identified in the Schedule, insert "See Schedule" in this table.)
(iii) Subassemblies, components, and parts embedded within delivered items, items with warranty requirements, DoD serially managed reparables and DoD serially managed nonreparables as specified in Attachment Number: N/A.
(iv) Any item of special tooling or special test equipment as defined in FAR 2.101 that have been designated for preservation and storage for a Major Defense Acquisition Program as specified in Attachment Number: N/A.
(v) Any item not included in (i), (ii), (iii), or (iv) for which the contractor creates and marks a unique item identifier for traceability.

252.229-7001 Tax Relief Alt I
(Offeror to fill-in para (a) of this clause)
(a) Prices set forth in this contract are exclusive of all taxes and duties from which the United States Government is exempt by virtue of tax agreements between the United States Government and the Contractor's government. The following taxes or duties have been excluded from the contract price:
Name of Tax:
and Rate (Percentage):

252.232-7006 Wide Area Work Flow Payment Instructions
(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:
(1) Document type. The Contractor shall use the following document type(s). - COMBO
(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. - DESTINATION
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.

Routing Data Table*
Field Name in WAWF Data to be entered to WAWF
Pay Official DoDAAC F78900
Issue by DoDAAC FA5613
Admin DoDAAC FA5613
Inspect by iDoDAAC F3N042
Ship To Code N/A
Ship From Code N/A
Mark For Code N/A
Service Approver (DoDAAC) N/A
Service Acceptor (DoDAAC) N/A
Accept by Other (DoDAAC) N/A
Other DoDAAC(s) N/A

(5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system.
NONE
(g) WAWF point of contact.
(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. - NOT APPLICABLE
(End of clause)

*** ADDITIONAL INFORMATION REGARDING WAWF FOR FOREIGN CONTRACTORS
Foreign Contractors shall ensure that his/her banking information is included in the Comments block:

COMMENTS Banking Information (Foreign Vendors Only):
- Name of Bank
- Bank Identification Code (BLZ)
- Account Number
- IBAN - BIC (if applicable)

5352.201-9101 Ombudsman
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman,
Primary:
Mr. Douglas Guldan
AFICA/KU, UNIT 3103, APO, AE 09094-3103
AFICA/KU, Geb 404, Flugplatz Ramstein, 66877 Ramstein-Miesenbach, Germany
E-mail: [email protected]
Tel: DSN: (314)480-2209 Fax: (49)-6731-47-2025
Alternate:
Ms. Heidi Hoehn
AFICA/KU, UNIT 3103, APO, AE 09094-3103
AFICA/KU, Geb 404, Flugplatz Ramstein, 66877 Ramstein-Miesenbach, Germany
E-mail: [email protected]
Tel: DSN: (314)480-9330 Fax: (49)-6731-47-2025
Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)

5352.225-9004 Submission of Offers in Other than United States Currency
Reference: http://comptroller.defense.gov/FinancialManagement/Reports/fcfr.aspx

Bid Protests Not Available

Similar Past Bids

Location Unknown 01 Jul 2016 at 7 AM
Location Unknown 02 Aug 2016 at 8 AM
Location Unknown 27 Jul 2016 at 7 AM
Location Unknown 15 Jul 2016 at 1 PM
Location Unknown 13 Jun 2016 at 2 PM