Skip to main content

An official website of the United States government

You have 2 new alerts

Lease Postage Machines

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Feb 23, 2022 04:06 pm CST
  • Original Date Offers Due: Mar 04, 2022 02:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 19, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: R604 - SUPPORT- ADMINISTRATIVE: MAILING/DISTRIBUTION
  • NAICS Code:
    • 532420 - Office Machinery and Equipment Rental and Leasing
  • Place of Performance:
    Alexandria , LA 71306
    USA

Description

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.

This solicitation is issued as a request for proposal (RFP) in accordance with FAR Parts 12 & 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular FAC 2022-04 Effective January 30, 2022. Provisions and clauses incorporated by reference has the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARS) can be accessed on the internet at http://acquisition.gov. The solicitation W912NR-22-R-0012 is issued as a Request for Proposal. The NAICS code for this acquisition is 561910 – Packaging and Labeling and is announced as a total small business set-aside. This solicitation is for a firm fixed price contract and will be awarded as a Lowest Price Technically Acceptable (LPTA). Offer must include proof of adherence to provided specifications (offers will be checked for technical acceptableness based on requirements) and have a satisfactory past performance with Government contracts. The contractor shall return the completed provision (52.204-24) and return with offer along with UEI information included on proposal.

The Louisiana Army National Guard Mail Room has a requirement to Lease 2 Postage Meters, LA  Starting at time of award for 12 month base year and up to 4 additional option years. Please see PERFORMANCE WORK STATEMENT. This is an all or none award. The Government reserves the right to cancel the contract in its entirety or parts of the requirement within a seven (7) day notice.


Timeline
23 February 2022 – Combined Synopsis/Solicitation posted
3 March 2022 – Questions Period Ends 14:00 CST
8 March 2022 - Solicitation closes 14:00 CST


Location:

Deliver one meter to: Camp Beauregard 623 G Street, Pineville, LA 71360 

Deliver second meter to: Jackson Barracks 6400 ST Claude AVE, BLDG 3010, New Orleans, LA 70117.

Proposal Format:
DESCRIPTION QTY UNIT OF ISSUE (EACH) TOTAL

2 Postage Meters - Monthly Lease Services 12 Month Base year with 4 option years.

Meters are to service higher volume locations. Meter is to process like-weight mail at designated speeds, or have the postage meter incorporate an internal scale to process mail of mixed weight and sizes. Interfaced scale for oversize package and parcels along with a Stamp/label printer.

Venor must be approved by the USPS as an Authorized Provider (USPS 604.4.1.3).

Additional Requirements are listed on the PWS.

Awardee will be allowed a 4 week vendor prep time from contract award date.

The Government can add or delete requirement within a 30 day notice.

Vendor must provide UEI information on quote.

The following FAR/DFAR clauses and provisions are applicable to this acquisition:
52.202-1 Definitions JAN 2012
52.203-3 Gratuities APR 1984
52.203-5 Covenant Against Contingent Fees APR 1984
52.203-7 Anti-Kickback Procedures OCT 2010
52.204-7 System for Award Management JUL 2013
52.204-13 System for Award Management Maintenance JUL 2013
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018)
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)
52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)
52.212-1 Instructions to Offerors-Commercial Items SEP 2021
52.212-2 Evaluation-Commercial Items OCT 2014
52.212-3 Offeror Representation and Certifications-Commercial Items FEB 2021
52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012
52.216-24 Limitation of Government Liability APR 1984
52.216-25 Contract Definitization OCT 2010
52.222-3 Convict Labor JUN 2003
52.222-19 Child Labor -- Cooperation with Authorities and Remedies MAR 2012
52.222-21 Prohibition Of Segregated Facilities FEB 1999
52.222-26 Equal Opportunity MAR 2007
52.222-35 Equal Opportunity for Veterans SEP 2010
52.222-36 Affirmative Action For Workers With Disabilities OCT 2010
52.222-37 Employment Reports on Veterans SEP 2010
52.222-50 Combating Trafficking in Persons FEB 2009
52.223-6 Drug-Free Workplace MAY 2001
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011
52.225-13 Restrictions on Certain Foreign Purchases JUN 2008
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications DEC 2012
52.232-1 Payments APR 1984 52.232-18 Availability if Funds APR 1984
52.232-33 Payment by Electronic Funds Transfer-System for Award Management JUL 2013
52.233-1 Disputes JUL 2002
52.233-2 Service Of Protest SEP 2006
52.233-3 Protest After Award AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
52.243-1 Changes--Fixed Price AUG 1987
52.252-2 Clauses Incorporated By Reference FEB 1998
252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012
252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013 Executive Order 13514: Federal Leadership in Environmental, Energy, and Economic Performance (OCT 2009)


To be awarded this contract, the offeror must be registered in the SAM and remain active during period of performance. (https://www.sam.gov/portal/public/SAM/). All vendors MUST have a publicly visible registration in the System for Award Management (SAM). Duns & Bradstreet, CAGE Code & Federal Tax ID numbers MUST be submitted with offer. If you need any additional assistance getting registered, please send me an email and I will send you additional instructions.
Contracting Office Address: USPFO for Louisiana, 420 F Street, Camp Beauregard, Pineville, LA 71360 Point of Contact(s): Mrs. Reva Johnson (318) 290-5036 reva.l.johnson3.mil@army.mil or CRYSTAL L. STILES (318) 290-5982
crystal.l.stiles2.mil@army.mil


Representation. As prescribed in 4.2105(a), complete the following representation in FAR Clause 52.204-24(d) Representation. The Offeror represents that —
(1) It □ will, □ will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (c)(1) of this section if the Offeror responds “will” in paragraph (d)(1) of this section; and
(2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that—It □ does, □ does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (c)(2) of this section if the Offeror responds “does” in paragraph (d) (2) of this section.
Vendor Name: _________________________________________________________________
Authorized Representative Name/Title: __________ __________________________
(Print Name/Title)
Authorized Representative Signature: ________________________________ _____
NOTE: For your offer to be considered ensure the following:
􀀀 Registration in SAM is current and accurate.
􀀀 Pricing for all items listed and total of all items complete.
􀀀 Representation selection has been made (#1 & #2).
􀀀 Submission made via email by the specified time and date.

Contact Information

Contracting Office Address

  • KO FOR LAARNG DO NOT DELETE 420 F STREET
  • PINEVILLE , LA 71360-0000
  • USA

Primary Point of Contact

Secondary Point of Contact

History