SOLICITATION NOTICE
58 -- Beeper Services
- Notice Date
- 12/23/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
- ZIP Code
- 32212-0097
- Solicitation Number
- N68836-04-T-0098
- Response Due
- 1/13/2004
- Archive Date
- 1/28/2004
- Point of Contact
- Dolores Butler, Contract Specialist, Phone 904 542-4452, Fax 904 542-1163, - Debra Beck, Key Entry Operator 11, Phone (904) 542-1060, Fax (904) 542-1098,
- E-Mail Address
-
Dolores_R_Butler@jax.fisc.navy.mil, Debra_J_Beck@jax.fisc.navy.mil
- Description
- 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. Solicitation number N68836-04-T-0098 applies and is issued as a Request for Quotation. The Fleet & Industrial Supply Center, Jacksonville, Florida intends to procure on an unrestricted, single award basis, beeper service for the Naval Air Depot Jacksonville, Florida. The North American Industry Classification System (NAICS) code is 517211 and the business size standard is 1500. A firm fixed price requirements contract is contemplated. All responsible sources may submit a quotation, which shall be considered by the agency. 0001 BEEPER SERVICE Beeper Service for NADEP Jacksonville, Period of Performance, 01 March 2004 -30 September 2004 Estimated UNIT PRICE TOTAL Quantities 0001AA 650 ___________ ___________ 0001AB lost/damaged (1way ) 5 ___________ ___________ 0001AC 15 ___________ ___________ 0001AD 50 ____________ ___________ 0001AE 125 _____________ ___________ 0001AF lost/damaged (2-way) 3 ____________ ___________ 0001AG Universal funding fee 840 ____________ ___________ 0001AH Regulatory charges 840 ____________ ___________ The quantities listed above are only estimates, contractor shall invoice for only the number of beepers used. Items 0001AA thru 0001AH shall be for contractor to provide BEEPER SERVICE. -The scope of this Statement of Work (SOW) is to establish a one-year base contract with four option years for beeper services for the Naval Air Depot Jacksonville (NADEP). The base year contract shall begin 01 March 2004 and end 30 September 2004. The succeeding year?s option will be requirements based. 0001AA:Local numeric. Receives only. Displays a numeric message. Receives transmissions in the local Jacksonville area. Associated phone number is a local Jacksonville number. QUANTITY NOT TO EXCEED 650 each. 0001AC: 2-way local. Receives and transmits. Displays an alpha-numeric message. Receives and sends transmissions in the local Jacksonville area. Associated phone number is a local Jacksonville number. QUANTITY NOT TO EXCEED 15 each. 0001AD: 2-way nationwide. Receives and transmits. Displays an alpha-numeric message. Receives and sends transmissions nationwide. Associated phone number is a local Jacksonville number: QUANTITY NOT TO EXCEED 50 each. 0001AE: 2-way nationwide toll-free Receives and transmits. Displays an alpha-numeric message. Receives and sends transmissions nationwide. Associated phone number is toll-free: QUANTITY NOT TO EXCEED 125 each. "Local" refers to the local Jacksonville, Florida, area and shall cover the area within a 100-mile radius of NAS Jacksonville. This shall include but not be limited to the following cities: Jacksonville, St. Augustine, Daytona, Green Cove Springs, Palatka, Keystone Heights and Lake City, Florida; St. Mary's and Kings Bay, Georgia. "Nationwide" refers to CONUS 48 United States and shall include PuertoRico and the Virgin Islands. Also included shall be southern Canada. Quantities for initial delivery will be provided by NADEP after contract award. NADEP's current beeper service is provided by Arch Wireless. If a vendor other than Arch Wireless is awarded this new contract, an additional month at the beginning of this contract will be required so that beepers can be swapped out. Beepers shall receive,or receive and transmit, signals adequately within and around the NADEP buildings. The NADEP campus includes closed metal hangars, computer rooms, production shop floors, industrial and electrical machinery, and areas with significant Radio Frequency (RF) interference. All vendors considered after solicitation closing, will be required to participate in an on site test visit at the NADEP facility as promulgated by NADEP Technical representative. One of each type beeper will be tested for technical compliance prior to contract award. Vendors whose beepers do not perform adequately in this sample testing will be dropped from the competition for the contract. All local and nationwide pages shall be received within a 3-minute time frame after the caller has initiated a page. All beepers shall have a silent alert mode, a means of viewing screen in low-light conditions, multiple user-selectable alert tones and/or tone volumes, store a minimum of 10 messages in memory, time-and-date stamp all messages received, a low battery indication, use a standard and commonly-available battery such as AA or AAA size that can be easily replaced by the end user, a display that is easy to view, be outfitted with a belt clip, shall have an 'out of range' indication, a periodic reminder chirp to indicate unread messages, and a message lock capability. Messages and beeper settings shall be retained in memory even when the beeper is turned off or the battery is being changed. For text messages, a source indicator shall appear at the end of each message. This contract shall include provision for group paging, not to exceed four (4) groups. Group paging shall be a means for a single page to be automatically dispatched to a pre-designated group of beepers. Vendor shall provide technical literature for all beeper equipment provided to the government, and a user manual for each beeper provided. Beepers may be offered on a lease basis, with the equipment lease fee included with the monthly service fee, or on a purchase basis. The government will choose the quote that provides the best value to the government. The vendor shall include a beeper replacement plan. Vendor shall build this plan based on known, experienced failure rates of the provided beepers. This plan shall provide for same-day replacement of malfunctioning or failed beepers. Maintenance shall be provided at no cost to the government and will include, but not limited to exchanging numbers, arranging for the pick up of malfunctioning or failed beepers and delivery of additional spares Vendor shall support number changes at no cost to the government within the 8-hour workday of day called to support replacement of malfunctioning or failed beepers. Designated government personnel shall coordinate with beeper service representative to trade out all beepers that fail or need repair. Vendor shall provide same day service during NADEP normal business operating hours: Monday through Friday, 7AM to 4 PM. Vendor shall provide clear directions for accessing representatives for resolution of questions/issues concerning billing and end-use, malfunctions, replacement, or return of beepers. Representatives handling malfunctions and replacements shall be available 24 hours per day, 7 days per week. The vendor shall detail in quote all applicable fees that will be charged to the government in the course of service. Federal TAX EXEMPT number will be issued upon award. Government shall provide to vendor names and contact information for NADEP personnel responsible for management, replacement, return, and billing. A serialized inventory of all beepers shall be given to the government. At the beginning of each contract period, and after a complete inventory of all beepers has been conducted, both vendor and government representatives shall agree to transfer property. If provided on a lease arrangement, at the end of each contract period, the vendor shall provide a current inventory to NADEP. NADEP will reconcile the NADEP and contractor's inventory records. NADEP will identify additional or excess beepers. Excess beepers will be collected by NADEP and returned to the vendor. If the beepers are provided on a lease arrangement, and if during the annual inventory any beeper is identified missing or lost, it will be the responsibility of the government to reimburse the vendor at the rate established in the initial contract. In a lease arrangement, the vendor shall be responsible for the pick up and removal of equipment at the expiration of the rental period. No additional rental fees shall be levied against the government beyond the expiration of the individual unit rental period. Meetings shall be available between the government and the contractor as needed to discuss contract issues, paging services, billing and user concerns. Billing invoices shall be forwarded and submitted monthly for all services rendered in the preceding month and shall be addressed to the pay officer identified in the contract. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 Offeror representations and certifications-commercial items. Price will be the single evaluation criteria for this procurement. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: "additionally, the Government will accept the contractor's commercial warranty." Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.219-4 Notice of price evaluation preference for HUBZone small business concerns, 52.219-8 Utilization of Small Business Concerns52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment. The following DFARs clauses apply to this acquisition: 252.225-7000 Buy American Act, 252.225-7012 Preference for certain domestic commodities, 252.204-7004 Central Contractor Registration, Registration in the Central Contractor Registration (CCR) Database is a requirement for award, go to www.ccr.gov to register. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program, .252.204-7003 Control of Government Personnel Work Product, 252.225-7031 Secondary Arab Boycott of Israel.252.247-7022 Representation of Extent of Transportation by sea. This procurement is being processed under the authority of the test program for commercial items, ?Section 4202 of the Clinger-Cohen Act of 1996?. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer.52.212-2 Evaluation-Commercial. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. The following factors shall be used to evaluate offers: Lowest price technically acceptable. 1) Technical capability of the service offered to meet requirement. 2) Price. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number, 6) Statement of Conformance with specifications. Quotations must be received no later than 13 January 2004. Quotations must be in writing and may be faxed, emailed or mailed to the following. Fleet Industrial Supply Center, BLDG, 110 3rd Floor, Naval Station Jacksonville FL 32212. Attn: Dolores Butler. Fax 904-542-1098 Telephone 904-542-4452, EMAIL: Dolores_r_Butler@jax.fisc.navy.mil
- Place of Performance
- Address: Naval Air Depot Jacksonville, Bldg. 101, Naval Air Station, Jacksonville, Fl
- Zip Code: 32212
- Country: United States
- Zip Code: 32212
- Record
- SN00495224-W 20031225/031223212547 (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 |