Search Contract Opportunities

Postal Services

ID: W912JB25QA029 • Type: Synopsis Solicitation
Question & Answer Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, FAR 13 and 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.

1.0 REQUEST FOR QUOTE

1.1 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04.

1.2 Set aside is 100% Small Business.

1.3 Applicable size standard is $19,000,000.

1.4 Period of Performance: base year plus four 12-month option periods

1.4.1 base year: September 25, 2025 September 24, 2026

1.4.2 year one: September 25, 2026 September 24, 2027

1.4.3 year two: September 25, 2027 September 24, 2028

1.4.4 year three: September 25, 2028 September 24, 2029

1.4.5 year four: September 25, 2029 September 24, 2030

1.4.6 Place of Performance is at 38 locations in Michigan.

1.4.7 Inspection of invoices shall be at Lansing, Michigan.

1.5 Requirement details are on Attachment A Performance Work Statement.

1.6 Applicable provisions and clauses are provided on Attachment B.

2.0 QUOTE FORMAT

2.1 Refer to clause 52.212-1 Instructions to Offerors for preparation of the quote. An SF1449 is not required in accordance with FAR 12.603(b).

2.2 Offers should include the solicitation number, contractor name and address, point of contact name, phone and email address, CAGE code, unique entity identifier, tax identification number, product images/descriptions, and expiration date of pricing (minimum of 60 days).

2.3 The proposal shall not contain citations or active links to internet pages. Any linked information will not be accepted and removed from the proposal.

2.4 Questions due: July 18, 2025, 12:30 pm Eastern Standard Time (EST).

Questions must be submitted via email to bonnie.l.reineer.civ@army.mil. Questions will not be answered via telephone.

2.5 Quotes due: 13 July 2025 12:30 p.m. Eastern Standard Time (EST)

The Government reserves the right to require minor clarifications or to hold discussions. However, the Government may award without requesting clarification for ambiguity.

3.0 TECHNICAL CAPABILITY

3.1 The proposal shall present relevant information articulating the offeror's proposed to meeting the requirements. This section shall clearly demonstrate the offeror's understanding by providing a clear description of the proposed items which meet all requirements. Offerors shall provide descriptions and images if possible. Technical capability will be evaluated as acceptable or unacceptable as compared to the Statement of Work requirements.

3.2 In accordance with the PWS, the contractor shall be able to use existing equipment.

4.0 EVALUATION

4.1 The Government intends to award to the small business that provides the best value to the Government which will be determined by evaluating price, past performance, and technical approach. All factors are rated approximately equal.

4.2 Reserved

4.3 Negative or adverse information on FAPIIS or SPRS in the last three years may render your quote unacceptable.

5.0 SAM REGISTRATION/JOINT VENTURE

In accordance with Class Deviation 2023-O0001 effective October 28, 2022, a small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories: A) Small business; (B) Service-disabled veteran-owned small business; (C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB Program; or (E) Historically underutilized business zone small business.

6.0 NIST COMPLIANCE

6.1 in accordance with DFARS 252.204-7020, the contractor shall submit a self-assessment on safeguarding covered defense information that resides in or transits through covered contractor information systems by applying network security requirements.

6.2 National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 provides 110 controls that the contractor shall self-evaluate to determine compliance.

6.3 Assessment to be submitted on Procurement Integrated Enterprise Environment (PIEE) to login to the Supplier Performance Risk System (SPRS) module prior to submitting a quote.

6.4 The assessment shall be no more than three years since reporting.

7.0 AWARD

7.1 In accordance with FAR 12.207, a firm-fixed contract shall be issued.

8.0 BILLING INSTRUCTIONS

8.1 Invoice terms are Net 30 days.

8.2 Invoices must be for delivery of items received. Invoices will not be accepted for billing future deliveries.

8.2.1 If there is a backorder of items, then the POC shall be notified of the estimated delivery date. These items will be removed from the invoice and the contract modified to add the delivery of the back ordered items.

8.3 Inspection and acceptance will be at Lansing, Michigan.

8.4 Invoices must be submitted through Wide Area Work Flow (https://piee.eb.mil).

8.4.1 Instructions are on clause 252.232-7006.

8.4.2 The invoiced amount for the CLIN shall not exceed the unit of issue amount.

8.4.3 The Government Point of Contact has seven days to inspect the submitted invoice, and seven days to accept or reject the invoice. Once accepted, the request is submitted to the USPFO Pay Office for processing; when approved, the request is sent to DFAS for EDI transmission to the contractor.

Background
The National Guard Bureau (NGB) is issuing this solicitation for postal services to support operations at 38 locations in Michigan. The goal of the contract is to provide efficient and reliable postal services, including the ability to calculate and print USPS postage for multiple users across various sites. This contract is set aside for small businesses, with a size standard of $19,000,000.

Work Details
The contractor shall perform the following tasks:

1. Automatically update USPS rate changes within 24 hours of the effective date.

2. Provide a web-based software solution that allows for calculating and printing USPS postage from Department of Defense (DoD) computers for over 100 users at 38 sites, handling 10-50 letters/packages per month.

3. Pre-load site addresses into the software according to USPS standards.

4. Ensure the software calculates and displays the lowest available postage rates for letters, flats, and parcels.

5. Maintain a current Risk Management Framework (RMF) at the time of implementation unless entirely web-based software is used. The contractor must also provide electronic certified mail capabilities at each site, ensuring at least three instances per month.

Period of Performance
The contract will have a base year plus four additional 12-month option periods, starting from September 25, 2025.

Place of Performance
The contract will be performed at 38 locations in Michigan.

Overview

Response Deadline
July 18, 2025, 12:30 p.m. EDT Past Due
Posted
June 13, 2025, 8:53 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Lansing, MI 48906 United States
Source
SAM

Current SBA Size Standard
$21.5 Million
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Est. Value Range
$19,000,000 (value based on agency estimated range)
Signs of Shaping
77% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 6/13/25 Michigan National Guard issued Synopsis Solicitation W912JB25QA029 for Postal Services due 7/18/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561499 (SBA Size Standard $21.5 Million) and PSC R604.
Primary Contact
Name
Bonnie Reineer   Profile
Phone
None

Secondary Contact

Name
Olayemi O. Olatunji   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation W912JB25QA029

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation W912JB25QA029

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W912JB25QA029

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W912JB25QA029

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > NGB > W7NF USPFO ACTIVITY MI ARNG
FPDS Organization Code
2100-W912JB
Source Organization Code
100026342
Last Updated
June 13, 2025
Last Updated By
olayemi.o.olatunji.mil@army.mil
Archive Date
Aug. 2, 2025