Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2001 FBO #0013
PRESOLICITATION NOTICE

58 -- Satellite Phones & Service

Notice Date
12/13/2001
 
Notice Type
Presolicitation Notice
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Western Washington Acquisition Area, 21905 64th Avenue West, Mountlake Terrace, WA, 98043
 
ZIP Code
98043
 
Solicitation Number
R6-OLY-2-01-O
 
Response Due
1/15/2002
 
Archive Date
1/30/2002
 
Point of Contact
Sharon Swift, Purchasing Agent, Phone (360) 956-2474, Fax (360) 956-2277, - Jan Huntley, Procurement Technician, Phone (360) 956-2479, Fax (360) 956-2277,
 
E-Mail Address
sswift@fs.fed.us, jhuntley@fs.fed.us
 
Description
The USDA, Forest Service, Olympic and the Mt. Baker-Snoqualmie National Forests have the requirement for 17 mobile satellite telephones with service. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. R6-OLY-2-01-O is being issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The equipment portion of this solicitation is 100% set-aside for small businesses and the service portion of the solicitation is available for full and open competition. The North American Industry Classification System Code (NAICS) 443112 for Wireless Communications Equipment Manufacturing (Supply) with a corresponding size standard of 500 employees applies to qualify as a small business. NAICS 513340 for Satellite Telecommunications (Service) with a corresponding size standard of $11 Million applies to qualify as a small business. Minimum characteristics for the phones required to be considered for award are: (1) Weight with battery under 24 ounces. (2) Units to be of rugged construction to be operable with a minimum of maintenance in harsh Pacific Northwest (Western Washington) climatic conditions (wet winters with upwards of 180? of rain per year); dry, warm summers). (3) Talk time a minimum of three hours and standby time a minimum of 7 hours with provided battery. (4) Have voicemail capability. (5) Accessories available must include additional batteries, battery charger to operate on 120 volts and car cigarette lighter charge. (6) Minimum acceptable warranty length is one year. (10) Delivery timeline: order must be received by April 15, 2002. The following are desirable characteristics for phones prioritized as follows: (a) less weight per unit with battery; (b) simplicity of operation for untrained or minimally trained users; (c) ability to store frequently used numbers; (d) delivery date prior to April 15, 2002. Minimum characteristics for the phone service required to be considered for award are: (1) Satellite service used must be capable of providing uninterrupted coverage to users placing calls from valleys in mountainous terrain in Western Washington State. (2) Ability to make and receive uninterrupted calls from the public switched network when connected to the satellite. (3) The satellite service must have a 24-hour operator available to provide the user assistance in placing calls or operating the phone. The following are desirable characteristics for service prioritized as follows: (a) Superior ability to receive and make uninterrupted calls via satellite from valleys and beneath tree canopies in Western Washington State. (b) Low cost of calling plans including no roaming or long distance charges for calls made to telephones on the public switched network within the continental United States. Within 14 calendar days of being notified, all offerors in the competitive range will be required to supply two phones, complete with service, to be used for testing performance in the field for 30 days at no additional cost. The test phones will be returned to the contractor after completion of the trial period at Government expense. Prices should reflect FOB Destination. Price will include everything identified above. FAR 52.2121, Instructions to Offerors  Commercial, FAR 52.212-2, Evaluation - Commercial Items (technical and past performance are more important than price); FAR 52.2123 Offeror Representations and Certifications  Commercial Items (must be completed and included with quote), FAR 52.2124 Contract Terms and Conditions  Commercial Items, and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (52.222-3, 52.233-3, 52.219-23, 52.219-25, 52.222-21, 52.222-26,52.222-35, 52.222-36, 52.222-37, 52.232-34, 52.222-41) apply to this acquisition. The clauses may be viewed at http://www.arnet.gov/far/. Quotations will be evaluated on price, past performance, product characteristics and ability to meet required delivery date. Offerors must, at a minimum, meet the minimum characteristics and will be given extra consideration for award for meeting some or all of the desirable characteristics. Offerors must include with their quotation a list of at least four references to include Name, Company, Address, Phone and Fax Numbers, and e-mail address, if applicable. References will be contacted regarding opinion, experience, performance and satisfaction with the product. Offer must include a 90-calendar day acceptance period. Offers are to be received Not Later than the Close of Business, January 15, 2002 at USDAFS, Olympic National Forest, Contracting Office, 1835 Black Lake Blvd. SW, Suite A, Olympia, WA 98512-5623. Fax quotations are acceptable. FAX No. (360) 956-2277. The Point Of Contact for this acquisition is Sharon A. Swift, (360) 956-2474, email address is sswift@fs.fed.us. The Technical Contact (TC) for this acquisition is Norm Mead, (360) 956-2315. TC has no authority to change the solicitation requirements, but may clarify existing requirements.
 
Place of Performance
Address: Olympic National Forest, 1835 Black Lake Blvd., S.W., Suite A, Olympia, WA 98512-5623
Zip Code: 98512-5623
Country: USA
 
Record
SN20011213/00006115-011214104502 (fbodaily.com)
 

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.