Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2005 FBO #1336
SOLICITATION NOTICE

70 -- TWO-WAY BEEPERS

Notice Date
7/22/2005
 
Notice Type
Solicitation Notice
 
NAICS
517212 — Cellular and Other Wireless Telecommunications
 
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
N68836-05-T-0134
 
Response Due
8/6/2005
 
Archive Date
8/21/2005
 
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 N68836-05-T-0134 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, two-way beeper service for the Naval Air Depot Jacksonville, Florida. The North American Industry Classification System (NAICS) code is 517212 and the business size standard is 1,500. Fleet Contracting Center, Naval Air Station Jacksonville Fl intends to purchase services based on the following line items To establish a requirements contract for the period of one (1) year to provide NTE (15) 2-way local beeper service; (0) 2-way local toll-free beeper service; NTE (50) 2-way nationwide beeper service and NTE (125) 2-way nationwide toll-free beeper service for the Naval Aviation Depot at NAS Jacksonville. The scope of this Statement of Work (SOW) is to establish a one-year contract for two-way beeper service for the Naval Air Deport Jacksonville (NADEP). 0001AA:Local numeric. Two-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. QUANITY NOT TO EXCEED 15 each. 0001AB:Local numeric. Two-way local toll-free. Receives and transmits. Displays an alpha-numeric message. Received and sends transmissions in the local Jacksonville area. Associated phone number is toll-free. 0001AC:Local numeric. Two-way nationwide. Received and transmits. Displays an alpha-numeric message. Received and sends transmissions nationwide. Associated phone number is a local Jacksonville number. QUANITY NOT TO EXCEED 50 each. 0001AD. Local numeric. Two-way nationwide toll-free. Receives and transmits. Displays a alpha-numeric message. Receives and sends transmissions nationwide. Associated phone number is toll-free. QUANITY 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, Lake City, Florida; St. Mary?s and Kings Bay, Georgia. The following local locations are of especial importance: Cecil Commerce Center, Jacksonville, FL; NAS Jacksonville Building 101 administrative offices, Jacksonville, FL. All beepers shall provide full two-way service throughout the specified coverage area. ?Nationwide? refers to all 50 United States and shall include Puerto Rico and the Virgin Islands. Also included shall be Canada, to include British Columbia, Prairies, Ontario, Quebec, and Atlantic. The following nationwide locations are of especial importance: NAS Patuxent River, MD; I-95 from Jacksonville, FL, to Richmond, VA; MCAS Cherry Point, NC; Fort Smith, AR; Grand Junction, CO; NAS Whidbey Island, WA; Chicago, IL; Houston, TX. All beepers shall provide full two-way service throughout the specified coverage area. Beepers shall receive and transmit signals adequately within and around the NADEP buildings. The NADEP campus includes closed metal hangars, computer rooms, productions shop floors, industrial and electrical machinery, and areas with significant Radio Frequency (RF) interference. All vendors considering bidding on this contract will be allowed escorted visits to the NADEP campuses (NAS Jacksonville & Cecil Commerce Center) to test their beepers prior to submitting a bid. All vendors bidding on this contract shall provide four (4) samples of each kind of beeper bid to the NADEP for testing prior to contract award. Testing period shall be two weeks. NADEP personnel will test these beepers both on the NADEP campus and in nationwide locations. Bids from vendors whose beepers do not perform adequately in this sample testing will be dropped from the competition for the contract. Quantities listed above are ?not to exceed? (NTE) quantities. Quantities for initial delivery will be provided by NADEP after contract award. NADEP?s current beeper services are provided by Verizon Wireless Messaging. If a vendor other than Verizon Wireless is awarded this new contract, an additional 2-week period at the beginning of this contract period will be required so that beepers can be swapped out. 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, shall have a means for the end user to determine whether the beeper is working properly, shall have a means of viewing screen in low-light conditions, shall have multiple user-selectable alert tones and/or tone volumes, shall store a minimum of 10 messages in memory, shall time- and date-stamp all messages received, shall have a low battery indication, shall use a standard and commonly-available battery such as AA or AAA size that can be easily replaced by the end user or be rechargeable, shall have a display that is easy to view, shall be outfitted with a belt clip or case for ease of carrying, shall have an ?out of range? indication, shall have a periodic reminder chirp to indicate unread messages. Messages and beeper settings shall be retained in memory even when the beeper is turned off or the battery is being changed. The beeper shall have the capability of locking messages into memory to prevent them from being overwritten by new incoming messages or deleted by mistake. For text messages, a source indicator shall appear at the end of each message received. Beepers that receive information services updates (news, weather, sports, et cetera) shall have either some way to turn this feature off or some way to turn the alert for these messages off. This contract shall include a 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. Group pages shall be either numeric or alpha/numeric. The contractor shall provide technical literature for all beeper equipment provided to the government. The contractor shall provide a user manual for each beeper provided. Beepers may be offered by the vendor on either a lease basis, with the equipment lease fee included with the monthly service fee, or a purchase basis. The government will chose the bid that provides the best value to the government. Whether beepers are leased to or purchased by the government, the contract shall include a beeper replacement plan. Contractor 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. The contractor 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. The contractor shall ensure an adequate supply of spare beepers are kept at NADEP for immediate phone number transfers due to malfunctioning or failed beepers. Maintenance shall be provided at no cost to the government during the contract period. Maintenance shall include but not limited to exchanging numbers, arranging for the pick up of malfunctioning or failed beepers and delivery of additional spares. If maintenance is required, it will be the responsibility of the vendor. Designated government personnel shall coordinate with beeper services representatives to trade out all beepers that fail or need repair. The contractor shall provide same day service during NADEP normal business operating hours: Monday through Friday, 7:00 AM to 3:30 PM. The contractor shall provide clear directions for accessing their 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; representatives handling all other issues shall be available during common business hours Monday through Friday. The contractor shall detail in his bid all applicable taxes and fees that will be charged to the government in the course of service. The contractor shall be aware that any fees or taxes billed to the government and not detailed in the contract will delay payment of the bill until said fee or tax is amended into the contract. The government shall provide to the contractor names and contact information for NADEP personnel responsible for management, replacement, return, and billing. . DELIVERABLES: At initial delivery, an inventory of all beepers shall be given to the government that identifies all beepers by serial numbers or some other individually identifying numbers. After a complete inventory of all beepers has been conducted, both beeper vendor and government representatives shall agree to transfer property, if the pagers are purchased, or to transfer the property for the period of the contract only, if the pagers are leased. If the beepers are provided on a lease arrangement, at the end of the contract period, the NADEP will gather and return all beepers to the contractor, and government and contractor representatives shall review the returned beepers to confirm that all are accounted for. If the beepers are provided on a lease arrangement, and if at the end of the contract period 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. If the beepers are provided on a lease arrangement, the contractor 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. PROGRESS; Meetings shall be available between the government and the contractor as needed to discuss contract issues, paging services, and user concerns. DELIVERY: 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. 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: 52.222-21 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 52.216-1 Type of Contract, Clause 52.216-18 Ordering,Clause 52.216-19 order limitations, Clause 52.216-20 Definite Quantity, 52.216-21 Requirements alternate 1 Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business setaside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 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). Registration in the Central Contractor Registration (CCR) Database is a requirement for award go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. 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. Offerors shall include a completed copy of the provision at 52.212-3 , Offeror Representations and Certifications-Commercial Items with their offer. 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 solication 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 & Bradstreeet number, 5) Taxpayer ID number, 6) Statement of Conformance with specifications. Quotations must be received no later than 4:00 P.M, 08-06-2005. Quotations must be in writing and may be faxed or mailed to the following. Attn Pamela J. Dutcher, Fleet Industrial Supply Center, BLDG, 110 Naval Station, Jacksonville FL 32212. Fax 904-542-1111 Telephone 904-542-1267. EMAIL: pamela.dutcher@navy.mil
 
Place of Performance
Address: Naval Air Depot Jacksonville, Bldg 101, Naval Air Station, Jacksonville, FL
Zip Code: 32212
Country: United States
 
Record
SN00853132-W 20050724/050722212430 (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.