7520--NOI Equip Lease Pitney Bowes IDIQ#36C10X25D0005 Contract Delivery Order for Shreveport VAMC
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
NOTICE OF INTENT TO AWARD SOLE SOURCE
I. The Network Contracting Office (NCO) 16, located at Galleria Financial Center, 5075 Westheimer Rd, Ste 750, Houston, TX 77056 in support Overton Brooks Medical Center of Shreveport, Louisiana, intends to solicit and award Sole Source, Firm-Fixed-Price, five-year task order to one Large Business Source, Pitney Bowes Global Financial Services, LLC.
Pitney Bowes Global Financial Services, LLC.
27 Waterview Drive
Shelton, CT
06484-4301, United States
The Overton Brooks VA Medical Center of Shreveport, Louisiana, is seeking a contractor that shall provide the leasing of digital mailing system equipment and software services required to meter mail, provides best cost shipping options, allows for accurate reporting, accountability of volume and expenditures and traceability of mail and parcels. All applicable hardware, software and support services must adhere to the United States Postal Service (USPS) Domestic Mail Manual (DMM) www.usps.gov, and shipping partners rules and regulations of those as United Parcel Service (UPS), Federal Express (FedEx), DHL, etc. The leased equipment shall include all mail processing equipment, web-based browser software, scalable cloud-based software solution for data hosting (with web-portal access), mail facility processing accessories, handheld scanners - all supported by maintenance and support services to keep all systems fully operational. Contract shall include a five-year delivery order. Coverage shall include updates to manufacturer software, firmware and hardware, as required.
The Government intends to sole-source the proposed requirement on the awarded National VA Contract (as awarded by the Strategic Acquisition Center- SAC). The proposed sole sourced order is against a firm-fixed-price, indefinite-delivery indefinite-quantity contract (IDIQ), 36C10X25D0005.
The rental equipment and software shall include all the equipment mentioned but not limited to all inspection, maintenance, and support services.
The potential exists for trade-in on current VA owned equipment. Model numbers listed below:
The installation, on current rented equipment. Model numbers listed below:
Postage Meter Machine - S/N 6010560
Postage Meter Monitor - S/N 5203893
Folding Machine Paper Machine - S/N F790048
Folding Machine Monitor - 3CM2040MN3
RISO Equipment - S/N 34416590
Thermal Printer S/N 0008375
HP Monitor - S/N 3CQ43914K6
HP Monitor - S/N 3CQ84917TF
HP Monitor - S/N CNK9210Q5M
Scale - S/N 093140500024
Scale - S/N 19318522512877
Tower - S/N 0001646
Tower - S/N 0004893
Tower - S/N 0000241
Pharmacy Equipment
Pitney Bowes Printer S/N 0020405
Computer S/N JLQ4223
Monitor S/N CN014KON74445065920U
II. The North American Industry Classification (NAICS) code for this acquisition is 532420, Office Machinery and Equipment Rental and Leasing. Size Standard $40M.
III. This procurement is being conducted under Federal Acquisition Regulation (FAR) Parts 12 and under the authority of FAR 6.302-1 in accordance with (IAW) FAR Part 13.106-1(b) Soliciting from a single source as well as IAW FAR 16.505(b)(2)(i)(B) Only one capable source.
IV. The anticipated award date is December 20, 2025. The Government intends to award a Firm-Fixed-Price Contract/Delivery Order.
V. Please note that this is not a request for competitive quotes and is being posted for informational purposes only. The government does not anticipate receiving responses to this notice. However, interested parties who disagree with this action may submit a letter of interest that demonstrates your firm s technical expertise, certifications, and original equipment manufacturer (OEM) authorization to compete for this acquisition to provide the required supplies to include a rationale for why you should be considered. The government reserves the right to verify any request additional documentation submitted.
VI. Interested parties may identify their interests, OEM authorization, OEM training and capability meet the government requirement and respond to this notice within four (4) calendar days of the publication of this notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government.
Interested parties may identify their interest solely via email to Contracting Officer, Le Kisha Douglas, MPA LeKisha.Douglas@va.gov no later than December 16, 2025, 1300 Central Standard Time (CST). When responding to this announcement, respondents should include " 36C25626Q0115 Notice of Intent" in the subject line.
VII. Late responses may not be accepted. No telephone inquiries will be accepted nor will phone
calls be returned. Only emailed responses will be considered. Information received will be utilized solely for determining whether to conduct a competitive procurement. A determination not to compete this proposed acquisition based upon responses to this notice is at the sole discretion of the Government.