Washington, DC Bids > Bid Detail

Mail Meter System Equipment Lease, Maintenance, and Support

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159074543456794
Posted Date: Jan 31, 2023
Due Date: Feb 23, 2023
Solicitation No: MMSL-2024
Source: https://sam.gov/opp/f257b6f183...
Follow
Mail Meter System Equipment Lease, Maintenance, and Support
Active
Contract Opportunity
Notice ID
MMSL-2024
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US CUSTOMS AND BORDER PROTECTION
Office
ADMINISTRATION FACILITIES TRAINING CONTRACTING DIVISION
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 31, 2023 01:42 pm EST
  • Original Response Date: Feb 23, 2023 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: W074 - LEASE OR RENTAL OF EQUIPMENT- OFFICE MACHINES, TEXT PROCESSING SYSTEMS, AND VISIBLE RECORD EQUIPMENT
  • NAICS Code:
    • 333248 - All Other Industrial Machinery Manufacturing
  • Place of Performance:
    Washington , DC 20229
    USA
Description

It is the Government’s intention that this RFI will support CBP in creating a future RFQ for services to be rendered beginning in Fiscal Year 2024 (FY24).





U.S. Customs and Border Protection (CBP) is looking for contractors under the General Services Administration (GSA) or within the open market who can provide a mail meter equipment lease to include maintenance and replacement of equipment, as necessary throughout the lease, as well as any incidental software support for full functionality of the equipment. The requirement is outlined in greater detail within the attached DRAFT Statement of Work (SOW).





It is anticipated that the type of contract will either be a competitively awarded task order to be issued against the offerors’ applicable GSA Schedule, or a stand-alone contract as determined based on the results of this market research.





This RFI is issued for informational and planning purposes only. The information will be used as part of CBP’s market research to identify qualified, experienced, and interested potential business sources in support of the government’s requirements. This is not a Request for Quotation or Proposal (RFQ/RFP). It is not to be construed as a formal solicitation or an obligation on the part of the government to acquire any products or services. The information requested by this RFI will be used within CBP to facilitate decision making for a viable path forward for the purpose of a future solicitation and will not be disclosed outside of CBP/DHS. Any information provided to the government is strictly voluntary and shall be provided at no cost to the government.





The purpose of this RFI is to identify potential qualified businesses which can provide products/services to CBP in accordance with the attached DRAFT Statement of Work (SOW). The DRAFT SOW is subject to change prior to a formal solicitation release. The government reserves the right to decide whether a small business set-aside is appropriate based on responses to this notice, and whether GSA, or another existing contract vehicle, is an appropriate fit for a solicitation based on responses received.





Any Capability Statement submitted should include information and technical background describing your company's experience within the last three to five years specifically with work similar in size, scope, and complexity to meet the government’s objectives in accordance with the Draft SOW.





Contractors are encouraged to submit the following highly desirable information in response to this RFI:






  1. If the capabilities statement includes a discussion on relevant experience, provide the applicable contract or task order number and contract vehicle, final contract price, with a brief description of the project and its applicability.

  2. Describe your company’s level of experience with performing work comparable to the work described in the Draft SOW.

  3. Address how many years of experience your company has in providing equipment and services of this nature.

  4. Indicate which NAICS code(s) your company usually performs under for Government contracts.

  5. Indicate if your company is a large or a small business.





Contractor responses to this RFI with generic material only, such as brochures, advertisements, or other materials nonspecific to this RFI, is highly discouraged. These generic materials described above will not be useful to the government and should not be submitted if they do not demonstrate how your company can provide the equipment and how your company will support the equipment’s operation throughout the leased period(s) in order to meet the government’s needs as described in the DRAFT SOW. No questions will be entertained at this time. Contact with government personnel, other than those specified in the RFI, by contractors or their employees regarding this requirement is not permitted.





This is not a solicitation announcement or Request for Quotes/Proposals, and no contract or order will be awarded from this announcement. This is a Request for Information (RFI) only. This RFI is released pursuant to FAR Part 15.201(e), Exchanges with Industry.





If your company can provide the requirements described in the Draft SOW, please provide your detailed RFI response to the Contract Specialist, Cami Schmidt via email: camilla.j.schmidt@cbp.dhs.gov. RFI identification “MMSL-2024” must be referenced in the subject line of your email.





Responses must be submitted on company letterhead, limited to 15 pages for the Capabilities Statement and a secondary document is permitted, but is limited to 10 pages if included in response to the specific information encouraged in the numbered paragraph above.





All responses to this RFI shall be submitted no later than 5 PM Eastern Standard Time, Thursday, February 23, 2023. No extensions will be granted.


Attachments/Links
Contact Information
Contracting Office Address
  • 1300 PENNSYLVANIA AVE NW
  • WASHINGTON , DC 20229
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 31, 2023 01:42 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >