Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2006 FBO #1539
SOLICITATION NOTICE

58 -- Pagers Including Airtime and Maintenance

Notice Date
2/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC Portsmouth, 54 Lewis Minor St, Portsmouth, VA, 23708-2297
 
ZIP Code
23708-2297
 
Solicitation Number
N00183-06-T-0044
 
Response Due
2/21/2006
 
Archive Date
3/8/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Section A - Solicitation/Contract Form VENDOR TO COMPLETE THE FOLLOWING: TIN: CAGE: DUNS: Vendor Point of Contact: Phone: Vendor E-Mail: Fax: Payment in Arrears (Check One): Monthly Quarterly Semi-Annually Annually Note: Vendor will be required to provide billing electronically via the WAWF Electronic Invoicing Method per Section G of this RFQ. For additional information, a review of the following web sites may be required: https://wawf.eb.mil http://wawftraining Email: wawf@nmlc.med.navy.mil Vendor to reference Request for Quotation (RFQ) Number N00183-06-T-0044 on all correspondence relating to this RFQ. PROMPT PAYMENT: For Prompt Payment Act purposes, this contract is: Subject to the 7-calendar day constructive acceptance period. GOVERNMENT RESERVES THE RIGHT TO MAKE AWARD BASED ON AN ?ALL OR NONE? EVALUATION. Section B - Supplies or Services and Prices ITEM NO 0001 Lease of 365 numeric/alpha numeric(one way) Pagers including airtime and maintenance in accordance with Statement of Work, Section C for period 01 April 2006 through 30 September 2006. ITEM NO 0001AA 6 Months 365 numeric alpha/numeric Pagers with minimum Regional Coverage in the states of North Carolina and Virginia ITEM NO 0001AB 100 Each Additional Pagers Contractor to submit pricing for each additional pager to include airtime and maintenance. Exact quantities and required delivery dates are unknown, but total will not exceed 100 additional pagers during this contract performance period ITEM NO 0002 OPTION Lease of 365 numeric/alpha numeric (one way) Pagers including airtime and maintenance in accordance with Statement of Work, Section C for period 01 October 2006 through 30 September 2007. ITEM NO 0002AA 12 Months OPTION 365 numeric alpha/numeric Pagers with minimum Regional Coverage in the states of North Carolina and Virginia ITEM NO 0002AB 100 Each OPTION Additional Pagers with National Coverage Contractor to submit pricing for each additional pager to include airtime and maintenance. Exact quantities and required delivery dates are unknown, but total will not exceed 100 additional pagers during this contract performance period. ITEM NO 0003 OPTION Lease of 365 numeric/alpha numeric (one way) Pagers including airtime and maintenance in accordance with Statement of Work, Section C for period 01 October 2007 through 30 September 2008. ITEM NO 0003AA 12 Months OPTION 365 numeric alpha/numeric Pagers with minimum Regional Coverage in the states of North Carolina and Virginia ITEM NO 0003AB 100 Each OPTION Additional Pagers Contractor to submit pricing for each additional pager to include airtime and maintenance. Exact quantities and required delivery dates are unknown, but total will not exceed 100 additional pagers during this contract performance period. Section C - Descriptions and Specifications NAVAL HOSPITAL CAMP LEJEUNE (NHCL) PAGER REQUIREMENTS AND STATEMENT OF WORK This contract shall provide for the lease of 365 numeric/alpha numeric (one way) pagers, including airtime and maintenance with the following minimum salient characteristics: same area code and prefix on all pagers numeric pagers should be standard seven digit sequencing (xxx-xxxx, approved numbering by Government) all pagers must be black in color operation with one (1) AAA or AA battery minimum 20 message slots backlight display message time-stamping numeric retrieval alpha numeric (one way) retrieval audible tone and silent vibration features date/time of day display custom greeting for alpha numeric pagers message lock (10 message slots) memory retention; (when the pager is turned off, all pages with time of day remain in memory.) memory retention (when battery dies pages stay in memory) memory full display (when 40 messages are stored in memory, a memory full notice is displayed). memory full - new message causes the oldest (first) read message to be overwritten. (when read messages are erased, the display returns to the standby screen duplicate message display battery low notification both audible and displayed retrieval time for pages should be no more than 20 seconds All pagers provided shall be new or in as-new operating condition, meeting or exceeding the minimum salient characteristics specified above. All pricing will be based on a ?per pager, per month? cost. The government will at no time be required to purchase any hardware, software or equipment to support the paging system, as the contractor will provide all this. Any pager, any part of a pager, or pager case that becomes damaged or nonfunctional due to normal day-to-day use and subjected to normal wear will be repaired or replaced at no cost to the government in less than a 48-hour period of time. A local representative will be required to pick up broken pagers and drop off spare pagers on an as needed basis, not to exceed 3 times per week, defined as Monday through Friday (excluding Federal Holidays.) The contractor will replace a minimum of 20, lost, stolen, or water damaged pagers per each contract performance period which includes the base plus each option year, at no charge to the government. Replacement of lost pagers in excess of the minimum proposed per contract performance year shall be negotiated prior to delivery of the pagers and paid by the Government under a separate contractual document issued by NHCL. The contractor will provide an Integrated Computer System in the NHCL Communications Center that centralizes all paging throughout the Command, so that all outgoing pages originate from the NHCL Communications Center. The Integrated System needs to be compatible with NHCL?s current network which is a Windows XP. The system needs to be able to quickly access all pager numbers and/or names by the NHCL Communications Staff, and provide the staff the ability to send text pages from the desktop without the need to dial a phone. In addition, the system needs to enable NHCL to create an unlimited number of paging groups, so that one common page can be sent simultaneously to multiple pagers. Due to limited space restraints in the Communications Center, use of flat screen monitors and space saving built-in PCs would be optimal. The Integrated System may include but is not limited to the following components at no additional cost to the government: SNPP and SMTP continuous connection to the contractor?s paging server, without any interruptions. All required PC components (mice, keyboards, etc.) to run the paging system, utilizing as little space as possible, with network connections to the NHCL network. Laser printer connected to the NHCL network. Centralized paging software licensed and maintained by the contractor. Full functioning paging transmitter onsite, maintained, serviced, and installed by the contractor. All PC software to include Microsoft Word, Excel, and Network versions. E-mail addresses to each pager. Full e-mail and text paging support of NHCL owned Blackberries and personal wireless devices. 365 extensions to pagers (each pager will have one) dialed through one phone number, and also having 800# to those extensions to be used as a backup in the event of an emergency. Contractor must be able to replace any or all on site communications equipment owned by the contractor within 24 hours but no later than 48 hours in the event of a massive failure. Contractor will respond by phone, to any emergency call related to the paging service no later than one (1) hour after receipt of notification from Government, and be on site for repair or service restoration within 12 hours including holidays, weekends, and after-hours in the event of a massive failure. All inter-related systems such as billing and inventory maintenance shall be real-time. All changes will simultaneously update Government and Contractor web based records. The contract coverage area of the required paging services shall cover at a minimum, the entire states of North Carolina and Virginia. The contractor shall notify the Contracting Officer?s Representative (COR) at least five (5) business days in advance of any scheduled system downtime. As follow up, the contractor shall provide a written explanation. The contractor shall notify the COR immediately after the onset of unscheduled downtime or outages. As follow up the contractor shall provide a written explanation. The contractor shall meet the minimum performance standards as stated below: No more than 1% of active pagers will be inadvertently disconnected due to vendor error per month. No more than 1% of active pagers will receive garbled messages per month. No more than 1% of active pager custodians submit a Quality Assurance Complaint confirming risk of patient safety per month. No more than 1% error rate in daily activations, removals and swaps. The contractor shall guarantee 99% system availability of its core paging transmitters on a monthly basis. The contractor shall submit a monthly pager usage report to the COR no later than the tenth calendar day of the following month. The report shall list, in numerical order the following: all pagers in use under contract the number of calls made to each individual pager for that month Monthly pager invoice needs to be submitted hard copy that is prepared by Vendor on letterhead. Bill should reflect all active pagers with current monthly charges. Delivery of the required numerical/alpha numeric pagers, replacement belt clips, and replacement battery covers shall be made, FOB Destination. The contractor shall deliver pagers and have all communications equipment installed 15 calendar days prior to the activation date to Naval Hospital Camp Lejeune; Attn: Operating Management Department, NH-100 Brewster Blvd. Camp Lejeune, NC 28547. CLAUSES INCORPORATED BY REFERENCE 252.246-7000 Material Inspection And Receiving Report MAR 2003 DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 N/A N/A N/A N/A 0001AA POP 01-APR-2006 TO 30-SEP-2006 N/A NAVAL HOSPITAL CAMP LEJEUNE RECEIVING OFFICER 100 BREWSTER BOULEVARD CAMP LEJEUNE NC 28547 910-450-4133 FOB: Destination N68093 0001AB POP 01-APR-2006 TO 30-SEP-2006 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination N68093 0002 N/A N/A N/A N/A 0002AA POP 01-OCT-2006 TO 30-SEP-2007 N/A NAVAL HOSPITAL CAMP LEJEUNE RECEIVING OFFICER 100 BREWSTER BOULEVARD CAMP LEJEUNE NC 28547 910-450-4133 FOB: Destination N68093 0002AB POP 01-OCT-2006 TO 30-SEP-2007 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination N68093 0003 N/A N/A N/A N/A 0003AA POP 01-OCT-2007 TO 30-SEP-2008 N/A NAVAL HOSPITAL CAMP LEJEUNE RECEIVING OFFICER 100 BREWSTER BOULEVARD CAMP LEJEUNE NC 28547 910-450-4133 FOB: Destination N68093 0003AB POP 01-OCT-2007 TO 30-SEP-2008 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination N68093 52.242-15 Stop-Work Order AUG 1989 Section G - Contract Administration Data CLAUSES INCORPORATED BY FULL TEXT INVOICING INSTRUCTIONS AND PAYMENT FOR SERVICES Invoices for services rendered under this Contract shall be submitted electronically through Wide Area Work Flow ? Receipt and Acceptance (WAWF): For more information on Wide Area Workflow, please contact the Wide Area Workflow Implementation Team at wawf@nmlc.med.navy.mil. Section H - Special Contract Requirements CLAUSES INCORPORATED BY FULL TEXT Section I - Contract Clauses CLAUSES INCORPORATED BY REFERENCE 52.203-3 Gratuities APR 1984 52.213-1 Fast Payment Procedure FEB 1998 52.213-2 Invoices APR 1984 52.213-3 Notice to Suppliers APR 1984 52.215-8 Order of Precedence--Uniform Contract Format OCT 1997 52.217-8 Option To Extend Services NOV 1999 52.217-9 Option To Extend The Term Of The Contract MAR 2000 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns JUL 2005 52.219-6 Notice Of Total Small Business Set-Aside JUN 2003 52.219-6 Alt I Notice of Total Small Business Set-Aside (Jun 2003) - Alternate I OCT 1995 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans DEC 2001 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-42 Statement Of Equivalent Rates For Federal Hires MAY 1989 52.222-47 Service Contract Act (SCA) Minimum Wages And Fringe Benefits MAY 1989 52.222-49 Service Contract Act -- Place Of Performance Unknown MAY 1989 52.226-1 Utilization Of Indian Organizations And Indian-Owned Economic Enterprises JUN 2000 52.232-1 Payments APR 1984 52.232-8 Discounts For Prompt Payment FEB 2002 52.232-23 Alt I Assignment of Claims (Jan 1986) - Alternate I APR 1984 52.232-36 Payment by Third Party MAY 1999 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.237-3 Continuity Of Services JAN 1991 52.243-1 Alt I Changes--Fixed Price (Aug 1987) - Alternate I APR 1984 52.244-6 Subcontracts for Commercial Items DEC 2004 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A NOV 2003 252.204-7006 Billing Instructions OCT 2005 252.225-7001 Buy American Act And Balance Of Payments Program JUN 2005 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.232-7003 Electronic Submission of Payment Requests JAN 2004 252.232-7010 Levies on Contract Payments SEP 2005 252.243-7001 Pricing Of Contract Modifications DEC 1991 CLAUSES INCORPORATED BY FULL TEXT 52.213-4 TERMS AND CONDITIONS--SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL ITEMS) (JUL 2005) 52.222-48 EXEMPTION FROM APPLICATION OF SERVICE CONTRACT ACT PROVISIONS FOR CONTRACTS FOR MAINTENANCE, CALIBRATION, AND/OR REPAIR OF CERTAIN INFORMATION TECHNOLOGY, SCIENTIFIC AND MEDICAL AND/OR OFFICE AND BUSINESS EQUIPMENT--CONTRACTOR CERTIFICATION (AUG. 1996) 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): www.arnet.gov/far (End of clause) Section K - Representations, Certifications and Other Statements of Offerors CLAUSES INCORPORATED BY REFERENCE 52.204-3 Taxpayer Identification OCT 1998 52.204-8 Annual Representations and Certifications JAN 2005 52.219-22 Small Disadvantaged Business Status OCT 1999 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products FEB 2001 52.222-22 Previous Contracts And Compliance Reports FEB 1999 52.222-25 Affirmative Action Compliance APR 1984 CLAUSES INCORPORATED BY FULL TEXT 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (MAY 2004) - ALTERNATE I (APR 2002) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 334220. (2) The small business size standard is 750 employees. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b) Representations. (1) The offeror represents as part of its offer that it ( ) is, ( ) is not a small business concern. (2) (Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.) The offeror represents, for general statistical purposes, that it ( ) is, ( ) is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) (Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a women-owned small business concern. (4) (Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a veteran-owned small business concern. (5) (Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b)(4) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a service-disabled veteran-owned small business concern. (6) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, as part of its offer, that-- (i) It ( ) is, ( ) is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR part 126; and (ii) It ( ) is, ( ) is not a joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (b)(6)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. (The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture:____________.) Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (7) (Complete if offeror represented itself as disadvantaged in paragraph (b)(2) of this provision.) The offeror shall check the category in which its ownership falls: ____ Black American. ____ Hispanic American. ____ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ____ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, U.S. Trust Territory of the Pacific Islands (Republic of Palau), Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ____ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ____ Individual/concern, other than one of the preceding. (c) Definitions. As used in this provision-- Service-disabled veteran-owned small business concern-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern," means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (a) of this provision. Veteran-owned small business concern means a small business concern-- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned small business concern," means a small business concern -- (1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; or (2) Whose management and daily business operations are controlled by one or more women. (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a small, HUBZone small, small disadvantaged, or women-owned small business concern in order to obtain a contract to be awarded under the preference programs established pursuant to section 8(a), 8(d), 9, or 15 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall-- (i) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act. (End of provision) Section L - Instructions, Conditions and Notices to Bidders CLAUSES INCORPORATED BY REFERENCE 52.214-34 Submission Of Offers In The English Language APR 1991 52.214-35 Submission Of Offers In U.S. Currency APR 1991 CLAUSES INCORPORATED BY FULL TEXT 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.arnet.gov/far (End of provision Section M - Evaluation Factors for Award CLAUSES INCORPORATED BY REFERENCE 52.217-3 Evaluation Exclusive Of Options APR 1984 52.217-5 Evaluation Of Options JUL 1990 Interested parties may contact the Contract Specialist for a complete copy of the Request for Quotation.
 
Place of Performance
Address: Naval Hospital Camp Lejeune, 100 Brewster Blvd, Camp Lejeune, NC
Zip Code: 28547
Country: USA
 
Record
SN00986211-W 20060212/060210215320 (fbodaily.com)
 
Source
FedBizOpps 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.