COMBINED SYNOPSIS/SOLICITATION  Contracting Office Address: The U.S. Office of Personnel Management                                              1900 E Street, NW Rm. 1342                                              Washington, D.C. 20415  This is a combined synopsis/solicitation for a commercial service prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.102 (g) and 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.  The Solicitation number is OPM32-14-R-0053 and is issued as a Request for Proposal (RFP). This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-76 effective August 25, 2014. The North American Industrial Classification System (NAICS) code is 811212, and the small business size standard is $27.5 million. This procurement is set-aside for exclusively for small businesses.  The United States Office of Personnel Management (OPM), Chief Information Office (CIO), has a requirement to procure maintenance on Kodak scanners used in support of the Personnel Investigations Processing System (PIPS) program.  Offerors are invited to submit their proposals to OPM Contracting in response to this notice by 12:00 PM Eastern Standard Time (EST), September 18, 2014. Only e-mailed requests for additional information will only be accepted at
[email protected] through 12:00 PM EST, September 17, 2014. Quotations submitted in response to this notice shall include the solicitation number in the subject line and be signed, dated and submitted via email to
[email protected]. Vendors not registered in the System for Award Management (SAM) database at the time the requirement is to be awarded will not be considered. Vendors may register with SAM by accessing www.sam.gov.  If an offeror does not meet the requirements of filing a VETS100/100A report, the offeror must provide a screenshot from the USDOL website that VETS100/100A reporting is not required with the offeror's proposal.  The Office of Personnel Management intends to award one (1) Firm Fixed Price Contract for the maintenance on the Kodak scanners to the offeror that represents the Best Value to the Government.  All communications shall be directed within the stated deadlines to the attention of: Name: Carrie M. Lopez Title:  Contract Specialist
[email protected]  U.S. Office of Personnel Management 1900 E Street NW Washington, DC 20415  NOTE: COMMUNICATIONS WITH OFFICIALS OTHER THAN THE OPM CONTRACTING OFFICER INDICATED ABOVE, MAY COMPROMISE THE COMPETITIVENESS OF THIS ACQUISITION AND RESULT IN THE CANCELLATION OF THE SOLICITATION AND/OR EXCLUSION OF YOUR PROPOSAL FROM CONSIDERATION.  Kodak Scanner Maintenance Maintenance is required for the following machines:  Model #  Serial #  K-Number   Location:  i260 12808186 4290-7606 1137 Branchton Road, Boyers PA 16018 i260 12820810 4552-6225 1137 Branchton Road, Boyers PA 16018 i260 12818792 4552-6045 1137 Branchton Road, Boyers PA 16018 i260 12811659 4198-9976 1137 Branchton Road, Boyers PA 16018 i260 12811660 4201-8307 1137 Branchton Road, Boyers PA 16018  i1860 45706230  4570-6230 1137 Branchton Road, Boyers PA 16018  i1860 45706229  4570-6229 1137 Branchton Road, Boyers PA 16018  i1860 45706993 45706993 1137 Branchton Road, Boyers PA 16018 i260 12308085 4194-6865 1900 E Street, NW Washington DC 20415  i1860 45707149 45707149 1900 E Street, NW Washington DC 20415  i1860 45707153 45707153  601 10th Street, Fort Meade MD 20755  i1860 45707154 45707154  601 10th Street, Fort Meade MD 20755  i1860 45706937 45706937 1137 Branchton Road, Boyers PA 16018  i1860 45706913 45706913 1137 Branchton Road, Boyers PA 16018  i1860 45706964 45706964 1137 Branchton Road, Boyers PA 16018  i1860 45706997 45706997 1137 Branchton Road, Boyers PA 16018  i1860 45706990 45706990 1137 Branchton Road, Boyers PA 16018  i1860 45706998 45706998 1137 Branchton Road, Boyers PA 16018  i1860 45706966 45706966 1137 Branchton Road, Boyers PA 16018  i1860 45706965 45706965 1137 Branchton Road, Boyers PA 16018     6.        PERIOD OF PERFOMANCE  The Period of Performance shall be for a period of five years (base year plus four one-year option periods) beginning October 14, 2014 THROUGH October 13, 2019.  7.        PLACE OF PERFORMANCE  The contractor will not have to perform any work onsite at OPM.  8.        AWARD TYPE  The Government intends to award one (1) Firm Fixed Price Contract.  9.        QUALITY ASSURANCE SURVEILLANCE PLAN  The resultant contract will be for maintenance only and controls are in place to measure quality during the performance of this contract. 10.      OPM SPECIFIC CLAUSES Attachment 1 OPM-Specific Clauses  1752.205-70      Announcement of Contract Award (July 2006)          OPM complies with FAR 5.3, Synopses of Contract Awards, in terms of synopsizing and publicly announcing contract awards. These actions take place at the time of, and not before, the contract is awarded. Contract award, in this case, means signature of the contractual document by the Contracting Officer and forwarding of the contractual document to the contract awardee. If the contract awardee wishes to make a separate public announcement, the awardee must obtain the approval of the Contracting Officer prior to releasing the announcement, and must plan to make announcement only after the contract has been awarded.  1752.209-74      Organizational Conflicts of Interest (July 2005)          (a)    The Contractor warrants that, to the best of the Contractor's knowledge and belief, there are no relevant facts or circumstances which could give rise to an organizational conflict of interest (OCI), as defined in FAR 9.5, Organizational and Consultants Conflicts of Interest, or that the Contractor has disclosed all such relevant information.          (b)    The Contractor agrees that if an actual or potential OCI is discovered after award, the Contractor shall make a full disclosure in writing to the Contracting Officer. This disclosure must include a description of actions, which the Contractor has taken or proposes to take, after consultation with the Contracting Officer, to avoid, mitigate, or neutralize the actual or potential conflict.          (c)    The Contracting Officer may terminate this contract for convenience, in whole or in part, if it deems such termination necessary to avoid an OCI. If the Contractor was aware of a potential OCI prior to award or discovered an actual or potential conflict after award and did not disclose or misrepresented relevant information to the Contacting Office, the Government may terminate the contract for default, debar the Contractor from Government contracting, or pursue such other remedies as may be permitted by law or this contract.          (d)   The Contractor must include this clause in all subcontracts and in lower tier subcontracts unless a waiver is requested from, and granted by, the Contracting Officer.          (e)    In the event that a requirement changes in such a way as to create a potential conflict of interest for the Contractor, the Contractor must:      (1)    Notify the Contracting Officer of a potential conflict, and;      (2)    Recommend to the Government an alternate approach which would avoid the potential conflict, or                  (3)    Present for approval a conflict of interest mitigation plan that will:                           (i)     Describe in detail the changed requirement that creates the potential conflict of interest; and                           (ii)    Outline in detail the actions to be taken by the Contractor or the Government in the performance of the task to mitigate the conflict, division of subcontractor effort, and limited access to information, or other acceptable means.      (4)    The Contractor must not commence work on a changed requirement related to a potential conflict of interest until specifically notified by the Contracting Officer to proceed.      (5)    If the Contracting Officer determines that it is in the best interest of the Government to proceed with work, notwithstanding a conflict of interest, a request for waiver must be submitted in accordance with FAR 9.503.  1752.209-75      Reducing Text Messaging While Driving (Oct 2009)          (a)    In accordance with Section 4 of the Executive Order, "Federal Leadership on Reducing Text Messaging While Driving," dated October 1, 2009, you are hereby encouraged to:                   (1)    Adopt and enforce policies that ban text messaging while driving company-owned or -rented vehicles or Government-owned, -leased or -rented vehicles, or while driving privately-owned vehicles when on official Government business or when performing any work for or on behalf of the Government; and                   (2)    Consider new company rules and programs, and reevaluating existing programs to prohibit text messaging while driving, and conducting education, awareness, and other outreach for company employees about the safety risks associated with texting while driving. These initiatives should encourage voluntary compliance with the company's text messaging policy while off duty.          (b)    For purposes of complying with the Executive Order:                   (1)    "Texting" or "Text Messaging" means reading from or entering data into any handheld or other electronic device, including for the purpose of SMS texting, e-mailing, instant messaging, obtaining navigational information, or engaging in any other form of electronic data retrieval or electronic data communication.                   (2)    "Driving" means operating a motor vehicle on an active roadway with the motor running, including while temporarily stationary because of traffic, a traffic light or stop sign, or otherwise. It does not include operating a motor vehicle with or without the motor running when one has pulled over to the side of, or off, an active roadway and has halted in a location where one can safely remain stationary.  1752.222-71      Special Requirements for Employing Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans            (July 2005)          (a)    If this contract contains FAR Clause 52.222-35 (Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans), your company must comply with the requirements of this clause, including the listing of employment opportunities with the local office of the state employment service system.          (b)    If this contract contains FAR clauses 52.222-37 (Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans) or 52.222-38 (Compliance with Veterans' Employment Reporting Requirements), you are reminded that your company must comply with the special reporting requirements described in those clauses. Your company must submit information on several aspects of its employment and hiring of special disabled and Vietnam era veterans or other veterans who served on active duty during a war or in a campaign or expedition for which a campaign badge has been authorized. You must submit this information no later than September 30 of each year, in the "Federal Contractor Veterans' Employment Report" or VETS-100 Report. The U.S. Department of Labor has established a web site for submitting this report. The address is: http://www.vets100.cudenver.edu.  1752.223-71      Environmentally Preferable Products and Services (Feb 2013)          (a)    Executive Order 13423, Strengthening Federal Environmental, Energy, and Transportation Management, requires in agency acquisitions of goods and services (i) use of sustainable environmental practices, including acquisition of biobased, environmentally preferable, energy-efficient, water-efficient, and recycled-content products, and (ii) use of paper of at least 30 percent post-consumer fiber content.          (b)    By signing this offer or contract, the contractor will be deemed to have signed and agreed that all goods and services provided under this contract will comply with the above requirements of Executive Order 13514.  1752.224-71      Freedom of Information Act Requests (Sep 2009)          (a)    Offerors are reminded that information furnished under this solicitation may be subject to disclosure under the Freedom of Information Act (FOIA). Therefore:                   (1)    All items that are confidential to business, or contain trade secrets, proprietary, or personnel information must be clearly marked in all documents submitted to the U.S. Office of Personnel Management (OPM or The Government). Marking of items will not necessarily preclude disclosure when the OPM determines disclosure is warranted by FOIA. However, if such items are not marked, all information contained within the submitted documents will be deemed to be releasable.                   (2)    No later than five (5) business days after award of a contract, blanket purchase agreement (BPA), or order, the Contractor must provide OPM a redacted copy of the contract/BPA/order in electronic format. This copy will be used to satisfy any requests for copies of the contract/BPA/order under the FOIA. If the Contracting Officer believes that any redacted information does not require protection from public release, the issue will be resolved in accordance with paragraph 3.104-4(d) of the Federal Acquisition Regulation.          (b)    Any information made available to the Contractor by the Government must be used only for the purpose of carrying out the provisions of this contract and must not be divulged or made known in any manner to any person except as may be necessary in the performance of the contract.          (c)    In performance of this contract, the Contractor assumes responsibility for protection of the confidentiality of Government records and must ensure that all work performed by its subcontractors shall be under the supervision of the Contractor or the Contractor's responsible employees.          (d)   Each officer or employee of the Contractor or any of its subcontractors to whom any Government record may be made available or disclosed must be notified in writing by the Contractor that information disclosed to such officer or employee can be used only for a purpose and to the extent authorized herein, and that further disclosure of any such information, by any means, for a purpose or to an extent unauthorized herein, may subject the offender to criminal sanctions imposed by 19 U.S.C. 641. That section provides, in pertinent part, that whoever knowingly converts to their use or the use of another, or without authority, sells, conveys, or disposes of any record of the United States or whoever receives the same with intent to convert it to their use or gain, knowing it to have been converted, shall be guilty of a crime punishable by a fine of up to $10,000, or imprisoned up to ten years, or both.     1752.232-70      Invoice Requirements Large Business (Oct 2012)           (a)   A proper invoice must include the following items (except for interim payments on cost reimbursement contracts for services):                  (1)    Name and address of the contractor.                  (2)    Invoice date and invoice number. (Contractors should date invoices as close as possible to the date of transmission.)                  (3)    Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number).                  (4)    Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed.                  (5)    Shipping and payment terms (e.g., shipment number and date of shipment, discount for prompt payment terms). Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading.                  (6)    Name and address of contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment).                  (7)    Name (where practicable), title, phone number, and mailing address of person to notify in the event of a defective invoice.                  (8)    Taxpayer Identification Number (TIN). The contractor must include its TIN on the invoice only if required by agency procedures. (See 4.9 TIN requirements.)                  (9)   Electronic funds transfer (EFT) banking information.                                    (i)    The contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision (e.g., 52.232-38, Submission of Electronic Funds Transfer Information with Offer), contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration), or applicable agency procedures.                                    (ii)   The last four digits of the contractor's bank account must be shown on each invoice submitted for payment. This information will be used as a cross-reference in situations where the EFT banking information in the Central Contract Registration is suspect.                                    (iii)  EFT banking information is not required if the Government waived the requirement to pay by EFT.                  (10)  The vendor's certification that their EFT banking information in the Central Contractor Registration is current, accurate and complete as of the date of the invoice.                  (11)  Any other information or documentation required by the contract (e.g., evidence of shipment).           (b)   Any invoice that does not contain all of the information listed in paragraph (a) above will be rejected as improper, and a new complete corrected invoice must be submitted. The payment due date for the corrected invoice will be calculated from the date it is received in the Prompt Pay e-mail box.          (c)    ALL large business invoices-without exception-must have unique identifying numbers, and be submitted via e-mail to OPM's Prompt Pay e-mail box at:                  Â
[email protected] Â Â Â Â Â Â Â Â Â Â Â Â Â Â Â Â Â Â Please note that OPM cannot guarantee payment of invoices sent by any other means, such as regular mail or e-mail to other addresses. Â Â Â Â Â Â Â Â Â Â (d)Â Please attach only one invoice to each e-mail, and use the following format for the subject line of the e-mail: Â Â Â Â Â Â Â Â Â Â Â Â Â Â Â Â Â Â
&&&/                   Example:                  ABC Co&AB-1298433&10000.00&OPM00-00-X-0000/X0000                   (e)   Payment due dates will only be calculated from the date that invoices are received in the Prompt Pay e-mail box.           (f)   Inquiries regarding payment of invoices should be e-mailed to [email protected]. The relevant invoice must be attached to the inquiry e-mail, and the subject line of the e-mail must state "INQUIRY," followed by the information described in paragraph (d) above.                   Example:                  INQUIRY: ABC Co&AB-1298433&10000.00&OPM00-00-X-0000/X0000                   Do NOT use the Prompt Pay e-mail box for inquiries.           (g)   If the supplies, services, technical or other reports are rejected for failure to conform to the technical requirements of the contract, or for damage in transit or otherwise, the invoice will be rejected and returned to the Contractor.  1752.232-71      Method of Payment (July 2005)          (a)    Payments under this contract will be made either by check or by wire transfer through the Treasury Financial Communications System at the option of the Government.          (b)    The Contractor must forward the following information in writing to the Contracting Officer not later than seven (7) days after receipt of notice of award:      (1)    Full Name (where practicable), title, telephone number, and complete mailing address of responsible official(s):      (i)     to whom check payments are to be sent, and                           (ii)    who may be contacted concerning the bank account information requested below.         (2)    The following bank account information required to accomplish wire transfers:                           (i)     Name, address, and telegraphic abbreviation of the receiving financial institution.                           (ii)    Receiving financial institution's 9-digit American Bankers Association (ABA) identifying number for routing transfer of funds. (Provide this number only if the receiving financial institution has access to the Federal Reserve Communications System.)                           (iii)   Recipient's name and account number at the receiving financial institution to be credited with the funds. If the receiving financial institution does not have access to the Federal Reserve Communications System, provide the name of the correspondent financial institution through which the receiving institution receives electronic funds transfer messages. If a correspondent financial institution is specified, also provide:                                    (A)      Address and telegraphic abbreviation of the correspondent financial institution.                                    (B)      The correspondent financial institution's 9-digit ABA identifying number for routing transfer of funds.          (c)    Any changes to the information furnished under paragraph (b) of this clause shall be furnished to the Contracting Officer in writing at least 30 days before the effective date of the change. It is the Contractor's responsibility to furnish these changes promptly to avoid payments to erroneous addresses or bank accounts.          (d)   The document furnishing the information required in paragraphs (b) and (c) must be dated and contain the signature, title, and telephone number of the Contractor official authorized to provide it, as well as the Contractor's name and contract number  1752.232-73      Small Business Invoice Requirements (October 2012)           (a)   A proper invoice must include the following items (except for interim payments on cost reimbursement contracts for services):                  (1)    Name and address of the contractor.                  (2)    Invoice date and invoice number. (Contractors should date invoices as close as possible to the date of transmission.)                  (3)    Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number).                  (4)    Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed.                  (5)    Shipping and payment terms (e.g., shipment number and date of shipment, discount for prompt payment terms). Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading.                  (6)    Name and address of contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment).                  (7)    Name (where practicable), title, phone number, and mailing address of person to notify in the event of a defective invoice.                  (8)    Taxpayer Identification Number (TIN). The contractor must include its TIN on the invoice only if required by agency procedures. (See 4.9 TIN requirements.)                  (9)   Electronic funds transfer (EFT) banking information.                                    (i)    The contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision (e.g., 52.232-38, Submission of Electronic Funds Transfer Information with Offer), contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration), or applicable agency procedures.                                    (ii)   The last four digits of the contractor's bank account must be shown on each invoice submitted for payment. This information will be used as a cross-reference in situations where the EFT banking information in the Central Contract Registration is suspect.                                    (iii)  EFT banking information is not required if the Government waived the requirement to pay by EFT.                  (10)  The vendor's certification that their EFT banking information in the Central Contractor Registration is current, accurate and complete as of the date of the invoice.                  (11)  Any other information or documentation required by the contract (e.g., evidence of shipment).           (b)   Any invoice that does not contain all of the information listed in paragraph (a) above will be rejected as improper, and a new complete corrected invoice must be submitted. The payment due date for the corrected invoice will be calculated from the date it is received in the Prompt Pay e-mail box.          (c)    ALL small business invoices-without exception-must have unique identifying numbers, and be submitted via e-mail to OPM's Small Business Invoice e-mail box at:                   [email protected]                    Please note that OPM cannot guarantee payment of invoices sent by any other means, such as regular mail or e-mail to other addresses.           (d) Please attach ONLY one invoice to each e-mail, and use the following format for the subject line of the e-mail:                   &&&/                   Example:                  ABC Co&AB-1298433&10000.00&OPM00-00-X-0000/X0000                   (e)   Payment due dates will only be calculated from the date that invoices are received in the Small Business Invoice e-mail box.           (f)   Inquiries regarding payment of invoices should be e-mailed to [email protected]. The relevant invoice must be attached to the inquiry e-mail, and the subject line of the e-mail must state "INQUIRY," followed by the information described in paragraph (d) above.                   Example:                  INQUIRY: ABC Co&AB-1298433&10000.00&OPM00-00-X-0000/X0000                   Do NOT use the Prompt Pay e-mail box for inquiries.           (g)   If the supplies, services, technical or other reports are rejected for failure to conform to the technical requirements of the contract, or for damage in transit or otherwise, the invoice will be rejected and returned to the Contractor.  1752.232-74      Providing Accelerated Payment to Small Business Subcontractors (Oct 2012)  (a)       This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (Note: OMB Policy Memorandum M-12-16 is accessible on line at: http://www.whitehouse.gov/sites/default/files/omb/memoranda/2012/m-12-16.pdf.)  (b)       Upon receipt of accelerated payments from the Government, the contractor is required to pay all small business subcontractors on an accelerated timetable to the maximum extent practicable after receipt of invoice and all proper documents.  (c)       Include the substance of this clause, including this paragraph (b), in all subcontracts with small business.  1752.233-70      OPM Protest Procedures [Applicable to Solicitations Only] (Dec 2010)                   (a)    An interested party who files a protest with OPM has the option of requesting review and consideration of the protest by either the Contracting Officer (CO) or the Senior Procurement Executive (SPE). The protest must clearly indicate the official to whom it is directed.          (b)    If the protest is directed to the SPE, a copy of the protest must be sent to the Director of the Contracting Group at the same time the protest is filed with the CO in accordance with FAR 52.233-2. The address of the Director of the Contract Group is:                   William N. Patterson, Director                  Contracting Group, FSC                  U.S. Office of Personnel                  1900 E Street N.W., Room 1342                  Washington, DC 20415          (c)    Review and consideration of a protest by the SPE is an alternative to review and consideration by the CO.  1752.237-70      Non-Personal Services (July 2005)          (a)    As stated in the Office of Federal Procurement Policy Letter 92-1, dated September 23, 1992, Inherently Governmental Functions, no personal services shall be performed under this contract. No Contractor employee will be directly supervised by the Government. All individual employee assignments, and daily work direction, shall be given by the applicable employee supervisor. If the Contractor believes any Government action or communication has been given that would create a personal services relationship between the Government and any Contractor employee, the Contractor must promptly notify the Contracting Officer of this communication or action.          (b)    The Contractor must not perform any inherently Governmental actions under this contract. No Contractor employee shall hold him or herself out to be a Government employee, agent, or representative. No Contractor employee may state orally or in writing at any time that he or she is acting on behalf of the Government. In all communications with third parties in connection with the contract, Contractor employees must identify themselves as Contractor employees and specify the name of the company for which they work. In all communications with other Government Contractors in connection with this contract, the Contractor employee must state that they have no authority to in any way change the contract and that if the other Contractor believes this communication to be a direction to change their contract, they should notify the Contracting Officer for that contract and not carry out the direction until a clarification has been issued by the Contracting Officer.          (c)    The Contractor must insure that all of its employees working on this contract are informed of the substance of this clause. Nothing in this clause limits the Government's rights in any way under any other provision of the contract, including those related to the Government's right to inspect and accept the services to be performed under this contract. The substance of this clause must be included in all subcontracts at any tier.  1752.239-70      Internet Protocol Version 6 (IPV6) (Nov 2012)          In accordance with OPM CIO Directives, this acquisition requires all functionality, capabilities and features to be supported and operational in both a dual-stack IPv4/IPv6 environment and an IPv6 only environment. Furthermore, all management, user interfaces, configuration options, reports and other administrative capabilities that support IPv4 functionality will support comparable IPv6 functionality. Respondents are required to include in their response a letter of self-certification that their product has been tested in both a dual-stack IPv4/IPv6 and IPv6 only environment and meets this requirement. OPM reserves the right to require the respondent's products to be tested within an OPM or 3rd party test facility to show compliance with this requi...
Bid Protests Not Available