Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2010 FBO #3094
SOURCES SOUGHT

D -- Digital Mail Pilot Program - Statement of Work

Notice Date
5/13/2010
 
Notice Type
Sources Sought
 
NAICS
491110 — Postal Service
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS/A&PO - Kent Street, 1777 Kent Street, Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
6963871
 
Archive Date
6/16/2010
 
Point of Contact
Isaac Bellamy, Phone: 7036963871
 
E-Mail Address
isaac.bellamy@whs.mil
(isaac.bellamy@whs.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Sources Sought and Request for Information Digital Mail Pilot Program This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The Department of Defense (DoD), Washington Headquarters Services (WHS), Acquisition and Procurement Office (A&PO) is issuing this notice to obtain information to assist us in determining the commercial market’s capability to provide a Digital Mail Pilot Program. The initial Pilot Program would encompass the United States Postal Service (USPS) priority and first class mail received at the WHS/Defense Post Office (DPO). The intended audience for the Pilot Program is the Pentagon top principles and the supporting high priority organizations, Director of Administrations & Management (DA&M) and WHS. To this end, we are seeking information regarding (1) the availability, capability and capacity of qualified small business concerns (in all categories) under the North American Industry Classification System (NAICS) code 491110 with a size standard of $25.0 million; (2) comments/recommendations to improve the statement of work. The specific objectives of this acquisition are to: •Contain the possibilities of contaminated mail and correspondence to a controlled processing location •Further reduce the risk of contaminant exposure to the top principles and the general building population •Improve the WHS/Defense Post Office (DPO) processing and delivery timelines •Increase the tracking and accountability of time sensitive and high priority mail and correspondence •Reduce the overall cost surrounding the manual processing procedures of mail and correspondence •Create an automated accountability history of all digital processed mail and correspondence •Access real time mail and correspondence processing and receipt information •Increase and improve customer mail and correspondence receipt and action timelines •Increase and improve supporting organizations mail and correspondence receipt and action timelines •Reduce the timeline delivery percentages for time sensitive and high priority mail and correspondence •Reduce the overall error percentage rates surrounding the manual processing and delivery of mail and correspondence •Greatly improve Human Capital efficiency and effectiveness •Greatly improve Customer Service levels The contractor(s) will be required to provide management, labor, tools, supplies, and materials required to convert hard copy mail and correspondence to automated media for digital mail processing and delivery to receiving principals. Link digital mailing system to the existing WHS Enterprise systems, WHS Integrated Tracking System (ITS), Star Receiver Material Tracking System (SRMTS)/Bear Tracks, and possible links to ESD/CMD systems. Establish links to the existing WHS Enterprise systems for systems compatibility review and to provide total visibility, accountability, tractability and automated historical data documentation. Identify and establish business rules, processing procedures, timelines and Human Capital requirements. Establish, evaluate and understand the requirements necessary to implement an automated digital mailing program in a larger theater environment. PERIOD OF PERFORMANCE: The initial period of performance for this requirement is six (6) months. Upon the successful completion of the Pilot Program there will be an incremental implementation of Digital Mail Services for the Pentagon Reservation customers to include a base year and four (4) option years. The Pilot Program should be capable of processing and sorting up to 1,000 pieces of mail each day (approximately 21,000 pieces per month). With additional digital mail processing equipment, full implementation would expand the processing to 120,000 to 150,000 pieces per month. INFORMATION SUBMISSION INSTRUCTIONS: We are seeking the following information from contractors that are under the North American Industry Classification System (NAICS) code 491110. •Relevant Corporate Experience: Provide information that demonstrates the extent of your corporate experience performing the same or similar work during the last three (3) years. •Demonstrated understanding of requirement •Rough order of magnitude which details the initial implementation during the base year and maintenance/support throughout the remaining four (4) option years •Reasonable timeframe for launching a fully functioning Pilot Program Your response to this notice is limited to ten (20) single sided pages including all attachments, charts, etc. (single spaced, 11 point font minimum) and should also include an indication of current small business status, point of contact, address and cage code. All responses to this SOURCES SOUGHT notice must be submitted electronically (via e-mail) to Isaac Bellamy, Contract Specialist, at isaac.bellamy@whs.mil in Adobe Portable Document Format (PDF). Facsimile responses will not be accepted. COMMON CUT-OFF TIME/DATE: Electronically submitted tailored capability statements are due no later than 9:00AM (Eastern Prevailing Time) on 1 June 2010. CAPABILITY STATEMENTS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. DISCLAIMER AND IMPORTANT NOTES: This Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in this response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any concern responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the concern’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The Government will NOT accept requests for meetings or briefings. No phone solicitations or email with regards to the status of the Request for Proposal (RFP) will be accepted prior to its release. Information and materials submitted in response to this notice WILL NOT be returned. The Government does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. As a result of this Notice, the Government may issue a Request for Proposal (RFP). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice or the Government’s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). ATTACHMENTS: Statement of Work POINTS OF CONTACT: Please address any questions to Isaac Bellamy per the contact details below: •Isaac Bellamy, WHS A&PO Contract Specialist Phone 703-696-3871 / Email: isaac.bellamy@whs.mil •David L. Price, WHS A&PO Contracting Officer Phone 703-696-3970 / Email: david.price@whs.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/WHSAPO/6963871/listing.html)
 
Place of Performance
Address: Washington DC Metro Area, United States
 
Record
SN02149272-W 20100515/100513235606-d16e2753ba9a3ca4034cbb4c9b195126 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.