Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 12, 2002 FBO #0314
SOLICITATION NOTICE

D -- LOCAL TELEPHONE EXCHANGE SERVICES for Three VA Sites

Notice Date
10/10/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Acquisition Services Division (3TS), 100 Penn Square East, Suite 820, Philadelphia, PA, 10107
 
ZIP Code
10107
 
Solicitation Number
GS-03T-03-R-0002
 
Response Due
10/28/2002
 
Archive Date
12/6/2002
 
Point of Contact
Ronald Soper, Contracting Officer, Phone (215) 656-6328, Fax (215) 656-6414, - Christopher Anderson, Contract Specialist, Phone (215) 656-6329, Fax (215) 656-6352,
 
E-Mail Address
ron.soper@gsa.gov, christopher.anderson@gsa.gov
 
Description
PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunications Services OFFADD: U.S. General Services Administration, Mid-Atlantic Region, Federal Technology Service, Acquisition Services Division (3TS), The Wanamaker Bldg., Room 821, 100 Penn Square East, Philadelphia, PA 19107-3396 SUBJECT: D--LOCAL TELEPHONE EXCHANGE SERVICES SOL: GS-03T-03-R-0002 DUE: October 28, 2002, 4:00 PM EST POC: Ronald C. Soper, Contracting Officer, (215) 656-6328 DESC: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) This solicitation is issued as a request for proposal (RFP), GS-03T-03-R-0002. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-09. The FAR and GSAM clauses will not be provided by this office. However, you may request a copy via e-mail of this document "FBOpps-VA-Coatesville-rev101002.doc" created in WORD, by e-mail request to the Contracting Officer. (iv) This is a full and open acquisition under NAICS 517110 Wired Telecommunications Carriers. The small business size standard is 1500 employees. (v) There are 4 Parts to this solicitation. Offerors may submit proposals for any one Part or, any combination of Parts 1, 2, 3 and 4. Part 1 - There are 5 contract line items (CLINs) to be priced at nonrecurring and/or monthly recurring charges where applicable. Additionally, offerors are requested to deliver these services via T-1 digital handoff technology. CLIN 0001, Message or Measured Rate Analog DID PBX Trunk, Quantity 28; CLIN 0002, DID Number, Quantity 340; CLIN 0003, Analog CO PBX Trunk, Quantity 42; CLIN 0004, Business Line, Quantity 12; CLIN 0005, T-1 Digital Handoff, Quantity 4. For CLINs 0003 and 0004, offerors must propose both Message/Measured Rate and, Flat Rate prices if both types of service are available. Message or Measured Rate local usage charges will be evaluated. Offerors must submit pricing for local message calls or minutes of usage based on the following: Monthly usage from these Trunks and Lines to the Coatesville PA local exchange area is estimated at: 50 calls - 200 minutes during the normal business day and, 20 calls - 100 minutes outside the normal business day. Offerors must submit nonrecurring and/or monthly recurring charges, if applicable, for TTY Relay and Emergency 9-1-1 services and functions. All existing trunk and DID numbers, provided by the incumbent local exchange carrier, must be ported via "long-term" Local Number Portability (LNP). Remote Call Forwarding will not meet the LNP requirement. NPA-NXX is 610-384. Part 2 - There are 5 contract line items (CLINs) to be priced at nonrecurring and/or monthly recurring charges where applicable. Additionally, offerors are requested to deliver these services via T-1 digital hand-off technology. CLIN 0001, Message or Measured Rate Analog DID PBX Trunk, Quantity 6; CLIN 0002, DID Numbers, Quantity 600; CLIN 0003, Analog CO PBX Trunk, Quantity 11; CLIN 0005, T-1 Digital Handoff, Quantity 1; CLIN 0006, Time and Charge Service Access Trunk equipped with Selective Class of Call Screening, Quantity 7. For CLINs 0003 and 0006, offerors must propose both Message/Measured Rate and, Flat Rate prices if both types of service are available. Message or Measured Rate local usage charges will be evaluated. Offerors must submit pricing for local message calls and/or minutes of usage based on the following: Monthly usage from these Trunks and Lines to the Coatesville PA local exchange area is estimated at: 3,000 calls - 13,500 minutes during the normal business day and, 2000 calls - 9,000 minutes outside the normal business day. Offerors are to submit nonrecurring and/or monthly recurring charges, if applicable, for TTY Relay and Emergency 9-1-1 services and functions. All existing trunk and DID numbers, provided by the incumbent local exchange carrier, must be ported via "long-term" Local Number Portability (LNP). Remote Call Forwarding will not meet the LNP requirement. NPA-NXX is 610-380. Part 3 - There is 1 contract line item (CLIN) to be priced at nonrecurring and/or monthly recurring charges where applicable. CLIN 0004, Business Line, Quantity 7. Offerors must propose both Message/Measured Rate and, Flat Rate prices if both types of service are available. Message or Measured Rate local usage charges will be evaluated. Offerors must submit pricing for local message calls and/or minutes of usage based on the following: Monthly usage from these Lines to the Spring City PA local exchange area is estimated at: 360 calls - 1500 minutes during the normal business day and, 10 calls - 50 minutes outside the normal business day. Offerors are to submit nonrecurring and/or monthly recurring charges, if applicable, for TTY Relay and Emergency 9-1-1 services and functions. The existing line number, provided by the incumbent local exchange carrier, must be ported via "long-term" Local Number Portability (LNP). Remote Call Forwarding will not meet the LNP requirement. NPA-NXX is 610-948. Part 4 - There are 2 contract line items (CLINs) to be priced at nonrecurring and/or monthly recurring charges where applicable. CLIN 0004, Business Line, Quantity 7; CLIN 0007, Voice Mailbox - 30 minutes, Quantity 2. Offerors must propose both Message/Measured Rate and, Flat Rate prices if both types of service are available. Message or Measured Rate local usage charges will be evaluated. Offerors must submit pricing for local message calls and/or minutes of usage based on the following: Monthly usage from these Lines to the Vineland NJ local exchange area is estimated at: 500 calls - 2000 minutes during the normal business day and, 20 calls - 100 minutes outside the normal business day. Offerors are to submit nonrecurring and/or monthly recurring charges, if applicable, for TTY Relay and Emergency 9-1-1 services and functions. All existing line numbers, provided by the incumbent local exchange carrier, must be ported via "long-term" Local Number Portability (LNP). Remote Call Forwarding will not meet the LNP requirement. NPA-NXX is 856-692. Requirements include responding to and repairing reported troubles (both routine and emergency). For routine trouble reports, the maximum allowable time to restore service shall be 24 consecutive hours or the next business day unless a longer clearing time is mutually agreed upon by both the contractor and the Government. For emergency trouble reports, the maximum allowable time to restore service shall be 4 consecutive hours unless a longer clearing time is mutually agreed upon by both the contractor and the Government. The contractor shall provide emergency restoration at occurrence of any of the following: a) Catastrophic failure of single and/or multiple transmission facilities; b) Switching locations isolated due to equipment and/or facilities failures; c) Loss of system access to the Local Exchange Network. d) Any situation under which 20 percent of service at a single location is disrupted for more than four hours including disruption caused by fire, flood, explosion, civil disturbance, work stoppage (strike) or other labor disputes. Offerors shall list procedures to be followed for remote and on-site maintenance support. This contract will remain in effect for thirty-six months from the effective date of the contract. GSA has the option to extend this contract for up to four 12-month option periods. GSA may exercise this option by written notice to the contractor not later than 10 calendar days prior to expiration of the contract. (vi) Services for Parts 1 and 2 are to be delivered to the Veterans Administration Medical Center located at 1400 Blackhorse Hill Road in Coatesville PA 19320; Services for Part 3 are to be delivered to the Spring City Clinic located at 11 Independence Drive in Spring City PA 19475; Services for Part 4 are to be delivered to the Vineland Clinic located at 524 N. West Ave. Vineland NJ 08360. Offerors shall provide access to directory number assistance, e.g., (NPA) 555-1212. Offerors shall provide access to operator services assistance. Interested offerors have the opportunity to visit the Coatesville site on October 16, 2002, at 1:30 PM EDT. Participation is limited to two individuals per company. Parties planning to attend must advise Ronald C. Soper of their intentions on or before October 15, 2002, at 10:00 AM EDT. Site visits are not planned for Spring City PA and Vineland NJ. (vii) Installations must be completed no later than January 06, 2003. (viii) Solicitation provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (OCT 2000) is hereby incorporated by reference. (ix) The Government will award a contract(s) resulting from this solicitation to the responsible offeror(s) whose offer, conforming to the solicitation, will be the most advantageous, representing the best value to the Government, price and other factors considered. Past performance and price will be used to evaluate offers. Offeror's proposal must include capabilities, experience, and current services or contracts, including points of contact, which would demonstrate the ability to successfully perform this service. Proposals must also include any applicable tariff charges including surcharges, and must be limited to 15 pages or less. Applicable tariffs and surcharges should be listed as an attachment to the proposal and will not count toward the 15 page limitation. When referencing an applicable tariff number, offers must also include the section and the page(s) where the tariff can be found, all sub section and paragraph numbers, and all related footnotes and, if available on the Web, the specific internet address(es) for web page(s) where the referenced tariff sections and paragraphs can be read. Charges listed in a copy of information from the applicable tariff shall be underlined. Tariff charges for which the tariff page(s) are not included or underlined or referenced (as indicated above) shall be considered as not being proposed. Brochures included with the proposal will not count toward the 15 page limitation. (x) Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (JUL 2002), with their offer. (xi) Clause 52-212-4, Contract Terms and Conditions - Commercial Items (FEB 2002), is hereby incorporated by reference. (xii) Clause 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUL 2002), is hereby incorporated by reference; the following paragraphs apply to this solicitation and any resultant contract (a), (b): (1) (3) (5) (11) (12) (13) (14) (15), (24), (25), (27) (c ): (1) (2) (3), (5) (d) and (e). (xiii) GSAM Clause, 552.212.71 Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items (JUL 2000). A firm fixed price contract will be awarded. (xiv) N/A. (xv) N/A. (xvi) Signed and dated offers (one original/two copies) that reference Solicitation GS-03T-03-R-0002 must be submitted to the U.S. General Services Administration, Mid-Atlantic Region, Federal Technology Service, Acquisition Services Division (3TS), The Wanamaker Bldg., Room 821, 100 Penn Square East, Philadelphia, PA 19107-3396, ATTN: Ronald C. Soper, on or before October 28, 2002, 4:00 PM EST. NOTE that the ZIP CODE in the Contracting Office Address above is WRONG, use 19107-3396 (xviii) Contact Ronald C. Soper, Contracting Officer at (215) 656-6328 or at ron.soper@gsa.gov or if necessary, contact Christopher Anderson, an alternate Contracting Officer at (215) 656-6329 or at christopher.anderson@gsa.gov.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/FTS/ASD3TS/GS-03T-03-R-0002/listing.html)
 
Place of Performance
Address: See Description
Country: USA
 
Record
SN00186576-F 20021012/021010222406 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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.