Search Contract Opportunities

442-Mail Meter Lease

ID: 36C25925Q0667 • Type: Synopsis Solicitation • Match:  85%
Opportunity 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?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Combined Synopsis/Solicitation for 442 Mail Meter Lease This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. Solicitation number 36C25925Q0667 is issued as a request for quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04. This acquisition is an Unrestricted solicitation. The North American Industry Classification System (NAICS) code is 532420 Office Machinery and Equipment Rental and Leasing with a small business size of $40 million. The Product Code is W075 Lease or Rental of Equipment Office Supplies and Devices. Offerors must be registered in the System for Award Management (SAM) at https://sam.gov to be considered for award. Department of Veterans Affairs, Network Contracting Office (NCO) 19, Located at 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111, in support of Cheyenne VA Medical Center (VAMC) located at 2360 East Pershing Boulevard, Cheyenne WY 82001-5356. The Cheyenne VAMC requires a lease for mail equipment in accordance with the statement of work for one base-year and four one-year option periods. The estimated base period of performance for this requirement is September 15, 2025, to September 14, 2026. Description and Pricing Schedule: All interested businesses shall provide quotations on the Pricing Schedule below IAW the attached Statement of Work (SOW). Line Item Description Unit Estimated Quantity Unit Price Extended Amount 0001 Base Year: Mailing system lease IAW the SOW MO 12 1001 OY1: Mailing system lease IAW the SOW MO 12 2001 OY2: Mailing system lease IAW the SOW MO 12 3001 OY3: Mailing system lease IAW the SOW MO 12 4001 OY4: Mailing system lease IAW the SOW MO 12 Total Price Including All Option Years: $_______________ FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. OFFER SUBMITTAL INSTRUCTIONS: 1) Offerors shall submit offers by Due Date/Time specified in section XIV. Late quotes will not be considered. 2) Offerors shall acknowledge all amendments to the solicitation as part of their quote. 3) Offerors shall complete the Price Schedule in section VI. 4) Offerors shall provide item technical specifications (not to exceed six pages). Offers received that do not comply with the terms and conditions of the solicitation and/or have missing documentation may be considered non-compliant and eliminated from evaluation. FAR 52.212-2 Evaluation-Commercial Items (NOV 2021) applies to this acquisition. Addendum to 52.212-2 Evaluation Commercial Products and Commercial Services Award will be in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Options will be evaluated at time of award. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. The following are the decision factors: Technical, Price, and Past Performance. (1) Technical: Technical Capability Offerors shall submit documentation illustrating a clear description to which it can meet and/or exceed the Government s performance requirements identified in the PWS/SOW and based on the information requested in the instructions to offerors section of the solicitation. Details of how the proposed effort will be assigned within the corporate entity and among any proposed subcontractors needs to be provided. There is an eight (8) page limit, any pages after page 8 will not be evaluated. (2) Price: The Government will evaluate the price by adding the total of all line-item prices, including all options. The Total Evaluated Price will be that sum. (3) Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. FAR 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (NOV 2023) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) applies to this acquisition. Addendum to FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) The following provisions and clauses are incorporated into FAR 52.212-4 as an addendum: FAR 52.201-1 Acquisition 360: Voluntary Survey (SEPT 2023) FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010) FAR 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees of Whistleblower Rights (NOV 2023) FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.204-20 Predecessor of Offeror (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021). FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020). FAR 52.209-5 Certification Regarding Responsibility Matters (AUG 2020) FAR 52.209-7 Information Regarding Responsibility Matters (OCT 2018) FAR 52.217-8 Option to Extend Services (NOV 1999) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) FAR 52.223-6 Drug-Free Workplace (MAY 2001) FAR 52.224-1 Privacy Act Notification (APR 1984) FAR 52.224-2 Privacy Act (APR 1984) FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) FAR 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) FAR 52.233-2 Service of Protest (SEPT 2006) Department of Veterans Affairs, Network Contracting Office 19, 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111 FAR 52.243-1 Changes-Fixed-Price Alternate I (APR 1984) FAR 52.249-8 Default (Fixed-Price Supply and Service) (APR 1984) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) https://www.acquisition.gov/browse/index/far (FAR) and https://www.acquisition.gov/vaar (VAAR) VAAR 852.201-70 Contracting Officer s Representative (DEC 2022) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.211-76 Liquidated Damages-Reimbursement for Data Breach Costs (FEB 2023) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure (OCT 2018) VAAR 852.242-71 Administrative Contracting Officer (OCT 2020) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (DEC 2023) (DEVIATION JAN 2024) apples to this requirement. The additional clauses below are incorporated by reference. FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020) Alternate I (NOV 2021) FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023). FAR 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020). FAR 52.204-15, Service Contract Reporting Requirements (OCT 2016) FAR 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021). FAR 52.219-8, Utilization of Small Business Concerns (FEB 2024) FAR 52.219-28, Post Award Small Business Program Representation (SEP 2023). FAR 52.219-32, Orders Issued Directly Under Small Business Reserves (MAR 2020). FAR 52.222-3, Convict Labor (JUN 2003). FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015). FAR 52.222-35, Equal Opportunity for Veterans (JUN 2020). FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020). FAR 52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212). FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) FAR 52.222-41, Service Contract Labor Standards (AUG 2018) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (AUG 2018). FAR 52.222-49 Service Contract Labor Standards Place of Performance Unknown (MAY 2014) FAR 52.222-50, Combating Trafficking in Persons (NOV 2021). FAR 52.222-54, Employment Eligibility Verification (MAY 2022). FAR 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022). FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020). FAR 52.224-3, Privacy Training (JAN 2017). FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021). FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018). No additional clauses apply. This is not a Defense Priorities and Allocations System (DPAS) rated requitement. Offers are due August 8, 2025, by 14:00, local Mountain Time. All questions/inquiries must be submitted to the Contract Specialist via electronic email no later than August 1, 2025, by 14:00, local Mountain Time. Submit offers or questions to the attention of the Contracting Officer, Danielle Kramer via email at: danielle.kramer@va.gov. Inquiries submitted via telephone will not be accepted. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.
Background
The Department of Veterans Affairs, Network Contracting Office (NCO) 19, is issuing this solicitation to lease mail equipment for the Cheyenne VA Medical Center (VAMC).

The goal of this contract is to provide a digital mailing system that meets the operational needs of the VAMC, ensuring efficient mail processing and compliance with USPS regulations. This acquisition is unrestricted.

Work Details
The contractor will provide a digital mailing system that includes hardware, software, and services necessary for metering mail. Key requirements include:
- A scalable cloud-based solution for data hosting with web-portal access.
- Mail processing equipment that adheres to USPS Domestic Mail Manual standards.
- Delivery, setup, configuration, user training, functionality testing, and removal of old equipment where applicable.
- The system must process at least 110 letters per minute and handle various mail types with accurate reporting capabilities.
- Support for USPS certified postal funds meter capability and multi-carrier shipping options (USPS, UPS).
- Maintenance and support services to ensure operational efficiency throughout the lease period.

Place of Performance
The services will be performed at the Cheyenne VA Health Care System located at 2360 East Pershing Boulevard, Cheyenne WY 82001.

Overview

Response Deadline
Aug. 15, 2025, 4:00 p.m. EDT (original: Aug. 8, 2025, 4:00 p.m. EDT) Past Due
Posted
July 25, 2025, 1:56 p.m. EDT (updated: Aug. 7, 2025, 3:42 p.m. EDT)
Set Aside
None
Place of Performance
Refer to Statement of Work
Source

Current SBA Size Standard
$40 Million
Pricing
Fixed Price
Est. Level of Competition
Low
On 7/25/25 VISN 19: Rocky Mountain Network issued Synopsis Solicitation 36C25925Q0667 for 442-Mail Meter Lease due 8/15/25. The opportunity was issued full & open with NAICS 532420 and PSC W075.
Primary Contact
Title
Contracting Officer
Name
Danielle Kramer   Profile
Phone
(303) 712-5725

Documents

Posted documents for Synopsis Solicitation 36C25925Q0667

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Contract Awards

Prime contracts awarded through Synopsis Solicitation 36C25925Q0667

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 36C25925Q0667

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 36C25925Q0667

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 36C25925Q0667

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > NETWORK CONTRACT OFFICE 19 (36C259)
FPDS Organization Code
3600-00259
Source Organization Code
100176750
Last Updated
Aug. 7, 2025
Last Updated By
Danielle.Kramer@va.gov
Archive Date
Oct. 14, 2025