Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2002 FBO #0339
SOLICITATION NOTICE

D -- Cellular Service

Notice Date
11/4/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Telecommunications Contracts and Audit Unit/PPMS, 14800 Conference Center Drive, Suite 202, Chantilly, VA, 20151
 
ZIP Code
20151
 
Solicitation Number
RFQ-0015653
 
Response Due
11/18/2002
 
Archive Date
12/3/2002
 
Point of Contact
Rhonda Williams, Contracting Officer, Phone 703-814-4910, Fax 703-814-4787,
 
E-Mail Address
tcau.finance@fbi.gov
 
Description
This is a combined synopsis/solicitation for commercial items and is being issued in accordance with the Federal Acquisition Regulation (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. The solicitation number RFQ-0015653 is issued as a Request for Quotation, under simplified acquisition procedures, test program, unrestricted. The North American Industry Classification System (NAICS) code is 513322 and the small business size standard is 1,500 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-09. All responsible sources may submit a proposal, which, if timely received, shall be considered by the Government. The contractor shall provide dual mode cellular telephones and monthly digital service for the FBI=s Field Office in Kansas City, Missouri. The proposal shall include the following services: call waiting, caller ID, voice-mail messaging system, and pooling of minutes. Detailed pricing for the base year and all option years for all services and equipment described below. The approximate number of phones are: Kansas City-103, Springfield, MOB8, Joplin, MO-3, Jefferson City, MO-4, St. Joseph, MO-2, Wichita, KS-9, Topeka, KS-5, Salina, KS-1, and Garden City, KS-1. The bids under this solicitation shall offer, coverage to include all counties in Kansas and the western two-thirds of Missouri, from the Iowa border to the Arkansas Border. Coverage to include for the following cities: Kansas City, Springfield, Joplin, Jefferson City, St. Joseph, Wichita, Topeka, Salina, and Garden City. If unable to cover these areas, those areas should be identified. The contract will be evaluated on the extent of coverage within these specific territories and the availability of pooling of minutes. All proposals shall contain past performance references for the last three (3) contracts of a similar nature. Bids received without past performance references shall be considered non-responsive. Bidders shall ensure all reference points of contact, i.e., organization, name, and phone number, are accurate. All respondents are encouraged to provide a variety of plans that would reflect the best value to the government. The number of cellular phones as stated above is for proposal purposes only; the actual number of cellular phones for the initial base year contract may vary plus or minus the above stated amount, depending on changing requirements. Any resulting contract shall include the option to increase or decrease the number of cellular phones over the term of the contract by 50% of the above stated amount without incurring activation or cancellation charges. Price evaluations are based on individual amounts and options as proposed on a per cellular phone basis. Proposals will be evaluated based on the factors as listed below for a base year contract, plus four one-year options, to be awarded no later than 12/01/02. Exercise of the awarded contract is contingent upon availability of funds and/or a full appropriation for each new fiscal year. Service to become effective with award and the place of delivery shall be FBI Kansas City Field Division, 1300 Summit, Kansas City, MO 64105-1362. The FBI reserves the right to make multiple awards as a result of this solicitation. The following FAR clauses apply to this acquisition: 52.212-1 Instructions to Offerors - Commercial Items (Oct 2000). 52.212-2 Evaluation - Commercial Items (Jan 1999). The Government will award a contract resulting from this combined synopsis/solicitation to the responsible Offeror whose proposal conforming to this synopsis/solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate proposals, price, technical capability and past performance. Technical and past performance, when combined, are more important than price. Vendors are required to submit past performance information, including points of contact, on the last three contracts for similar equipment and service. 52.212-3 Offeror Representations and Certifications - Commercial Items (Jul 2002). Proposals shall be accompanied by completed representations and certifications. 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2002). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2002). 52.217-9 Option to Extend the Terms of the Contract (Mar 2000). 52.232-19 Availability of Funds for the Next Fiscal Year. (Apr 1984). Funds are not presently available for performance under this contract beyond 9/30/2002. The Governments obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 9/30/2001, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. 52.232-33 Mandatory Information for Electronic Funds Transfer Payment (May 1999). In addition to the listed FAR provisions and clauses, all Offerors must provide a contractor identification code which is currently the Dun and Bradstreet Data Universal Numbering System (DUNS) number. The selected Offeror shall also submit an electronic payment form SF-3881 ACH Vendor/Miscellaneous Payment Enrollment in accordance with the Debt Collection Act of 1996. A copy of this form may be obtained from the U.S. Treasury web site address http://www.ustreas.gov/forms.html. 52.242-13 Bankruptcy (Jul 1995). All FAR provisions and clauses may be reviewed and/or obtained from the General Services Administration=s Federal Acquisition Regulation web site at Internet address http://www.arnet.gov/far/. Two (2) copies of a signed and dated proposal must be submitted to the Federal Bureau of Investigation, Suite 202, 14800 Conference Center Drive, Chantilly, Virginia 20151, no later than 3:00 PM Eastern Standard Time (EST) 11/18/02. All proposals must be submitted in hard copy. NO Faxed proposals will be accepted. The contact for information regarding this solicitation may be obtained by contacting Ms. Rhonda P. Williams at (703) 814-4910 between the hours of 6:30 AM and 3:00 PM EST, Monday through Friday. The proposal number RFQ-0015653 must be listed on the outside of the submission. BIDDER PACKAGES SHALL INCLUDE ALL INFORMATION REQUESTED WITHIN THIS SOLICITATION TO BE CONSIDERED.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/FBI/PPMS/RFQ-0015653/listing.html)
 
Place of Performance
Address: FBI Kansas City Field Division 1300 Summit Kansas City, MO
Zip Code: 64105-1362
Country: USA
 
Record
SN00199741-F 20021106/021105000927 (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.