Skip to main content

An official website of the United States government

You have 2 new alerts

LAARNG PC Postage Lease

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: Aug 11, 2023 12:18 pm CDT
  • Original Date Offers Due: Aug 22, 2023 02:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 06, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: R604 - SUPPORT- ADMINISTRATIVE: MAILING/DISTRIBUTION
  • NAICS Code:
    • 561910 - Packaging and Labeling Services
  • Place of Performance:
    New Orleans , LA 70117
    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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ) 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 2023-04 Effective June 02, 2023. 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-23-R-0040 is issued as a Request for Quote. The NAICS code for this acquisition is 561910 – Packaging and Labeling and is announced as Full and Open. 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. 

LAARNG has determined the establishment of a PC postage solution with leased required equipment at up to 65 locations would best serve the needs of the force. Vendor must be an approved vendor from the USPS 604c quick guide attached.

Timeline
11 August 2023 – Combined Synopsis/Solicitation posted
17 August 2023 – Questions Period Ends 2:00 P.M. CST
22 August 2023 - Solicitation closes 2:00 P.M. CST

Location:
Delivery locations will very across Louisiana

Bidding Format Requirement

Description: PC Postage Lease, see PWS for specifications. Monthly Lease Services for PC Postage Solutions meeting the specifications outlined in the solicitation and attached PWS section 5.0 Requirements.

Part: _________

Total QTY: _________

Unit Price: ________

Total Price: __________ (attach price breakdown of base year and upto 4 option years)



DESCRIPTION QTY UNIT OF ISSUE (EACH) TOTAL
Monthly Lease Services:

  • Up to 65 PC Postage Solutions
  • PC postage accessed through Government workstations
  • All required equipment will be leased
  • Scales will be leased  
  • Scales will weigh up to 25 pounds or more
  • Stamp/label printer will be leased. 

Additional Requirements:

  • The postage system will allow LAARNG to leverage USPS approved savings.
  • The postage system will allow for provide reporting and account reporting mechanism with departmental breakdown to be used as needed.
  • All PC Postage Solutions will be managed under one consolidated USPS prepaid postage account managed by the LAARNG Official Mail Personnel.
  • Will include training to on use of equipment, reporting, and management software to up to 5 Official Mail Personnel that will allow Official Mail Personnel to provide end user training.
  • Training will be provided to current end users for PC Postage upon install and annually to new users.
  • All PC Postage solutions installed and functioning within 30 days of Contract Award. 
  • Malfunctioning leased equipment will be replaced or repaired within 5 days.
  • Contractor will provide COR listing of all equipment installed including serial numbers within 10 days of initial install and 5 days of any replaced equipment.
  • Contractor will provide ongoing technical assistance for both PC Postage and any leased equipment. 
  • Contactor will provide preventative maintenance and service annually at minimum and provide report to COR within 5 business days of completion.
  • The Contractor shall maintain the equipment and services at 95% monthly availability/up-time rating.
  • Contractor shall address repair or service issues on PC Postage within three business days
  • Contractor shall provide a report to COR of each repair of service issue impacting availability/up-time. At minimum the report shall include summary of issue, response time, and summary of Solution.
  • Equipment removal, or relocation will be requested as necessary through the COR and completed within 5 business days of request. Contractor will provide a report to COR within 5 business days of completion and provide COR a new listing of all equipment installed including serial numbers within 5 days.

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). UEI, 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): SGT 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:

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