|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 24,1999 PSA#2440Department of State, Office of Acquisition, P. O. Box 9115, Rosslyn
Station, Arlington, VA 22219-0244 J -- DISASSEMBLY, TRANSPORT, UPGRADE, RE-INSTALLATION OF MAIL
PROCESSING SYSTEM AND TRAINING SOL S-ALMAQM-99-R-MAIL DUE 092999 POC
Martha Loverde, Contracting Officer, 703-875-4801 E-MAIL: Click here to
contact the contracting officer via, loverdeml2@state.gov. This is a
COMBINED SYNOPSIS SOLICITATION for Commercial services prepared in
accordance with information in FAR Part 12 as supplemented with the
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 Number is
SALMAQM99RMAIL and is issued as a Request for Proposal (RFP). The U.S.
Department of State has an opportunity to acquire an almost new 1995
Bell and Howell J9000 mail sorting optical character reader from
another U.S. Government agency for no charge. If the Department of
State accepts this machine it will be necessary to disassemble and
crate it and ship it from the Washington D.C. area to Chicago,
reassemble the machine in Chicago, and perform upgrades to bring the
machine to "like new" status. This machine cannot be moved directly to
the Department of State mail facility without upgrades. It will be
necessary to disassemble and crate the machine, and ship it tothe
Department of State mail facility where it will be reassembled and
installed. This solicitation documents and incorporates provisions and
clauses in effect through Federal Acquisition Circular 97-13. The
Standard Industrial Classification (SIC) code is 7490 with a small
business size standard of $5.0 million. This procurement is being
advertised as a sole source procurement for the disassembly of a Bell
& Howell flat/letter sorter from NSA facilities in Fort Meade,
Maryland, transport to Bell & Howell facilities in Chicago, Illinois
for overhaul and upgrade of hardware and software, and transport to
U.S. Department of State facilities in Dulles, Virginia, and
installation and training. The Department of State requires the OEM to
make the upgrades at its Chicago plant before delivering the machine
to the Department's mail facility. The OEM owns the copyrights on all
hardware and software and no other company can perform the upgrades
required. The system sorts flat mail and letters. It can sort on office
symbols, zip codes, or barcodes located almost anywhere on the
envelope. Bell and Howell, who is the original equipment manufacturer
(OEM), will be required to do some equipment upgrades. These include
adding 10 bins to handle larger volumes of mail with fewer passes, year
2000 compliance upgrades, a front-end upgrade, and software upgrades.
They will also overhaul the inkjets. The Department of State has
special addressing considerations for sorting mail. The J-9000 should:
A) Sort by post-name located anywhere in the address. B) Sort on
office symbols. C) Sort on zipcodes. It is up to the OEM to ensure the
above order of precedence is programmable. This machine will handle 12
inch by 15 inch flats up to .375 inches thick, and 3 inch by 5 inch
letters .25 inches thick. After it is installed at the Department of
State mail facility it will be acceptance tested. Training operators
and technicians will also be part of this contract. The cost of this
project to the government is the cost of disassembling, shipping,
technical upgrading, installation and training. The Department of
State, Office of Logistics Management, Diplomatic Pouch and Mail
requests proposals for the disassembly; crating; shipping to Chicago,
IL for refurbishing and retransporting to The Department of State,
(Dulles, Virginia) and reinstallation and training. The Original
Equipment Manufacturer (OEM), Bell & Howell, is the only company that
can provide the disassembly of the system and its removal,
refurbishment and transfer, and installation services. The commercial
services shall include: the overhaul of 2 inkjets; front end upgrades
of 30 bins; 1 year license for incoming mail; upgrade of Winsort
software; crating; shipping to Dept. of State (Dulles); reinstallation
of system; training and installation; on site service training (3
techs). The following tasks comprise the statement of work: (1) The
contractor will disassemble the system at its current USG location,
crate it, and ship it to Bell & Howell's Chicago plant. (2) The
contractor will overhaul 2 inkjets. (3) The contractor will do a
front-end upgrade that will bring the equipment up to Bell & Howell's
latest standards. The equipment must also meet Y2K specifications (see
attachment). In addition, the current PC must be upgraded to a
Pentium-based Y2K compliant PC. (4) The contractor will issue a
one-year license for incoming mail. (5) The contractor will upgrade
software with current Y2K compliant version. (6) The contractor will
disassemble, crate, and ship equipment to the Dept. of State mail
facility (SA-32). (7) The contractor will assemble and install the
equipment at SA-32. (8) The contractor shall provided monthly progress
reports to the COR during execution of this contract. (9) The
contractor shall provide a test plan that is approved by both parties.
(10) All equipment must be year 2000 compliant. The contractor will
test this again after it is installed at SA-32. (11) The contractor
will honor a 1-year warranty for parts and software. (12) The
contractor willfurnnnish a complete set of maintenance documentation
complete with illustrated parts breakdowns and part numbers. (13) The
contractor will provide a complete set of operator manuals, hard and
soft copies. (14) The contractor will proovide on-site operator
training which includes and database and sort plan modifications and
creations. (15) The contractoor will provide on-site maintenance
training to 3 technicaiannns. The technicaianns will also attend
operator training. (16) The Dept. of State has special addressing
considerations of sorting mail. The J9000 should: A) Sort by post-name
located anywhere in the address. B) Sort on office symbols. C) Sort by
zip code. The precedence shoulld be programmable. (17) Any special
training necessary to create sort plans unique to Dept. of State
addressing shall be included as part of this contract and conducted
on-site. (18) Factory support and replacement parts for this system
shall be available from Bell & Howell for a minimum of 10 years after
delivery. (19) Disassembly and removal of the flat/letter sorter shall
occur within 30 days of contract award and installation at the State
Department facility in Dulles, Virginia shall occur within 60 days of
contact award. The following warranty shall apply to the contract: The
contractor warrants that each hardware, software, and firm ware
product delivered under this contract shall be able to accurately
process date data (including but not limited to calculating comparing
and sequencing) from, into, and between the Twentieth and Twenty-First
Centuries, including Leap Year calculations when used in accordance
with the product (e.g. hardware, software, firm ware) used in
combination with a listed product properly exchange data with it. If
the contract requires that specific listed products must perform as a
system in accordance with the foregoing warranty, then that warranty
shall apply to those listed products as a system. The duration of this
warranty and the remedies available to the Government for breach of
this warranty shall be as defined in, and subject to, the terms
limitations of the contractor's standard commercial warranty or
warranties contained in this contract, provided that notwithstanding
any provision to the contrary in such commercial warranty or
replacement of any listed product whose non-compliance is discovered
and made known to the contractor in writing within ninety (90) days
after acceptance. Nothing in this warranty shall be construed to limit
any rights or remedies the Government may otherwise have under this
contract with respect to defects other than Year 2000 performance.
Proposal evaluation will be based upon best value. Contact information:
Martha Loverde, Contracting Officer, U.S. Department of State, Bureau
of Administration, Office of Logistics Management, Office of
Acquisition Management, 2201 C Street N.W., Washington DC 20520;
telephone and voicemail: 703-875-4801; email loverdeml2@state.gov.
Posted 09/22/99 (W-SN383408). (0265) Loren Data Corp. http://www.ld.com (SYN# 0042 19990924\J-0014.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|