SOURCES SOUGHT
74 -- USDA-FSA Printing Equipment and Related Services - Sources Sought
- Notice Date
- 3/20/2014
- Notice Type
- Sources Sought
- NAICS
- 323111
— Commercial Printing (except Screen and Books)
- Contracting Office
- Department of Agriculture, Farm Service Agency, Acquisition Management Division, Contracts Operations Branch, 1280 Maryland Avenue, SW, Portals Bldg., Room 508A, Washington, District of Columbia, 20250-0567
- ZIP Code
- 20250-0567
- Solicitation Number
- AG-3151-S-14-00XX
- Archive Date
- 4/11/2014
- Point of Contact
- Luis E Gallardo, , nannette d. henderson,
- E-Mail Address
-
luis.gallardo@wdc.usda.gov, nannette.henderson@wdc.usda.gov
(luis.gallardo@wdc.usda.gov, nannette.henderson@wdc.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work Sources Sought Source Sought Notice New Printing Equipment (Includes Maintenance and Supplies) Web Based Printing Job Submission and Ordering System National Receipts and Receivable System (NRRS) County Office Mass Mailing (COMM) II Process This SOURCES SOUGHT NOTICE is for information and planning purposes and is not to be construed as a commitment by the U.S. Government, nor will the U.S. Government pay for information solicited. The information from this notice will help the government plan its acquisition strategy. PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION EXISTS AT THIS TIME. The United States Department of Agriculture (USDA) Farm Service Agency (FSA) is seeking to procure the following for various USDA sites across the nation: • A National Receipts and Receivable System (NRRS) Demand Letter process solution • A County Office Mass Mailing (COMM) II process solution • A web based job submission and ordering system • New equipment and maintenance services NRSS - The NRRS Demand Letter process is an automated system that generates letters to include notification, first demand, second demand, and annual letters for Farm Service Agency to send to the producer customer base. COMM II - COMM II is a required upgrade to the no longer United States Postal Service (USPS) compliant COMM process. Using COMM II, the Farm Service Agency EDS sites will be able to perform mass/bulk mailings. Through the upgraded COMM II process, the EDS sites will be in compliance with and adhere to the new USPS intelligent mail requirements and regulations. Web based job submission and ordering system - A web based job submission and ordering system to provide internal customers the ability to request printing and mailing support from the EDS sites via an offeror hosted web portal. The system needs to support the uploading of print/mail jobs, the ordering of predefined work, and the creation tools needed to design non-predefined work products. Equipment - The new equipment will include maintenance (e.g., software updates, replacement parts, repair/rebuild of equipment, etc.) and provision of consumable supply items (supplies) for the printing equipment that will be placed within the identified EDS sites. ------------------------------------------------------------------------------------------------------------------------------- Background. The EDS program is designed to support the mission of the Farm Service Agency in providing support to the nation's farmers, ranchers and producers. The program was initially designed for the printing and mailing of newsletters across the United States. However, the EDS program has evolved due to the need to print a variety of mailers such as postcards, loan notification letters, farm bill program announcements, tax form information, and self-mailer newsletters. The NRRS Demand Letter process provides hard copy correspondence (letters) to the producer customer base. COMM II allows the Farm Service Agency to perform mass/bulk mailings and to receive authorized USPS mass/bulk mail postage discounts. To assist with this initiative, the USDA Farm Services Agency (FSA) is conducting a market survey to determine the availability and technical capability of qualified small businesses, including small business set-asides, small disadvantaged businesses (SDB), 8(a) small businesses, woman-owned small businesses (WOSB), veteran owned small businesses (VOSB), service-disabled veteran-owned small businesses (SDVOSB), and Historically Under-utilized Business Zone (HUBZone) small businesses capable of providing ALL requirements of the attached Statement of Work. All responding small business firms are requested to identify their firm's size and type of business to the anticipated North American Industrial Classification System (NAICS) code. For this acquisition, the anticipated NAICS code is 323111. Interested firms responding to this market survey are requested to provide a capability statement demonstrating their experience, skills, and capability to fulfill the Governments requirements for the above in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b). Please specify one primary and one alternate Point of Contact (POC) within your firm, including telephone numbers and email addresses. Additionally, firms are requested to respond with what items and services, if any, exist on their GSA schedule, along with their GSA schedule number. Responses are requested to be no more than 10 pages. Capability statements are requested to include a list of up to two customers (Government/non-Government) within the past 5-years highlighting similar work in nature, scope, complexity, and difficulty, as the attached Statement of Work. E-mails should contain the following subject line: Response to Sources Sought: Printing Equipment, NRRS, COMM II Process A determination by the Government to proceed with the acquisition as a set-aside is within the discretion of the Government. If statements are not received from at least two responsible small businesses, or if the Government determines that no small business concerns are capable of performing this requirement based upon an assessment of those submitted, the Government may proceed with a full and open competition. Please submit all electronic responses of capability statements to: luis.gallardo@wdc.usda.gov and Nannette.Henderson@wdc.usda.gov by 9am EST on 03/27/2014. Hard copy submissions are not desired or requested. No telephone requests will be accepted. Contracting Office Address: USDA-FSA/AMD 10th Floor, 355 E Street. SW Washington, DC 20024 Period of Performance: 5 years Place of Performance: Various
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FSA/MSD/AG-3151-S-14-00XX/listing.html)
- Place of Performance
- Address: Various, United States
- Record
- SN03315517-W 20140322/140320234557-bb6d2ae509e35a671c6ec805ea6b5b3a (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 |