Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2010 FBO #3186
SOLICITATION NOTICE

70 -- MOBILE HANDHELD DEVICES

Notice Date
8/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517210 — Wireless Telecommunications Carriers (except Satellite)
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street, Bldg #21, Room 2B218, Columbus, Ohio, 43218
 
ZIP Code
43218
 
Solicitation Number
HQ0423-10-P-9000
 
Archive Date
9/7/2010
 
Point of Contact
linda l kinser, Phone: 6146931973, Jeremy L. Houchen, Phone: 6146935972
 
E-Mail Address
linda.kinser@dfas.mil, jeremy.houchen@dfas.mil
(linda.kinser@dfas.mil, jeremy.houchen@dfas.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Request for Quotes are being requested and a written solicitation will not be issued. Solicitation Number HQ0423-10-R-9000 applies and is issued as a Request for Quotation. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-42 This acquisition is not set aside for Small Business. The North American Industry Classification System (NAICS) code is 517210. This requirement is unrestricted and only qualified Offerors may submit bids. FOB Destination shall be Various DFAS sites. STATEMENT OF WORK MOBILE HANDHELD DEVICES DATE: August 9, 2010 Introduction: The Defense Finance and Accounting Service Indianapolis, TSO-Corporate Services has a requirement for mobile handheld devices with phone and data service and applicable accessories. The service is to be provided to users who are assigned to work at the various Defense Finance and Accounting Service sites. Scope of Work: The Contractor shall provide mobile handheld devices and voice and data services. The Contract shall be effective for a base year from date of award, with four ordering periods (i.e., 5 years altogether) to be exercised at the convenience of the Government. Requirements of mobile handheld devices: The proposed mobile handheld device shall, at a minimum, meet the requirements specified below: 1. The infrastructure required to support the proposed solution shall allow for data to be stored on DFAS servers, and not at the provider's location. 2. The proposed solution shall integrate with the current DFAS infrastructure, which consists of Microsoft Windows Active Directory, Microsoft Windows Server 2003 and 2008, and Microsoft Exchange Server 2003 and 2010 and any future released through the life of the Contract, to synchronize email, calendar appointments, global address books, and user public keys. 3. All devices with client applications shall run on Windows XP SP3 and Windows 7 in an Enterprise Active Directory environment, and on any future version of the Windows operating system, within 90 days of its formal release by Microsoft. 4. The proposed solution shall comply with all DoD wireless technology requirements, STIGs and STIG checklists as specified at: http://iase.disa.mil/stigs/index.html and http://iase.disa.mil/stigs/checklist/index.html. 5. The proposed solution shall be a Research In Motion (RIM) solution, in order to integrate with the existing DFAS infrastructure, as stated in #2. 6. The proposed solution shall provide for DFAS users to keep their current phone numbers. 7. All devices shall be capable of providing voice, e-mail, and Internet communications. 8. All devices shall be capable of world-wide voice and data use when/if service is activated/authorized by a program manager or Contracting Office. 9. All devices shall include the following standard features: speakerphone, mute button, inactivity timeouts, voice commands and voice dialing. 10. All devices shall be capable of centrally-controlled configurations where users are not able to change or override centrally set parameters. 11. Two (2) Service plan(s) shall be offered: "unlimited voice and unlimited data" and "unlimited data only". 12. An optional plan shall be offered for tethering capability. 13. Plan(s) with voice service shall include voicemail for each device, and provide for reset of voicemail when device is changed to a new user. 14. Service plan(s) shall include the tools and access for end-users to manage their own voice mailboxes. 15. All devices shall offer Emergency 911 services without having to log into the device. 16. All devices shall provide human interface via QWERTY keyboard. 17. All devices shall include (wired) ear piece/microphone cable, external universal AC wall charger, USB interface cable, and carrying case as standard (no cost) accessories 18. All devices shall be capable of viewing and editing standard Microsoft Office 2003/2007 product formats (including Word, Excel, and PowerPoint), and viewing Adobe PDF documents; including current product formats for the life of the Contract. 19. All devices shall be capable of encrypted communication with DFAS Servers using Federal Information Processing Standards (FIPS) 140-2 validated libraries. 20. All devices shall be capable of encrypting data stored on the device itself using FIPS 140-2 validated libraries. 21. All devices shall be capable of encrypting data stored on external memory cards using FIPS 140-2 validated libraries, or of centrally disabling use of external memory cards. 22. All devices shall be capable of displaying the DoD Logon Banner. 23. All devices shall be centrally configurable to require secured lockout after period of inactivity, only allowing use after user authentication. 24. All devices shall be capable of CAC authentication for user logon. 25. All devices shall be centrally configurable to control password expiration, with continued operation unavailable until password changed. 26. All devices shall be centrally configurable to allow remote clearing/sanitization/deactivation (i.e., a lost device can be cleared of all stored content from the services server). 27. All devices shall be centrally configurable to enable/disable the activation and/or installation of user downloads & applications. 28. All devices shall be capable of operation with CAC card to provide reading and sending of S/MIME messages (i.e., digitally-signed and/or encrypted messages). 29. Any client software or hardware necessary to enable required functionality shall be an orderable item on this Contract. 30. All devices shall be capable of centrally-controlled software upgrades and patch releases, with a minimum of user interaction. 31. All devices with camera capability shall be centrally configurable to disable camera capability. 32. All devices shall be Bluetooth capable, shall be centrally configurable to be enabled/disabled, and shall be activated only via user/owner approval. 33. All devices with WEB browsing capability shall be centrally configurable to force all internet browsing to go through the designated site internet gateway. 34. Several Devices shall offer human interface via touch screen. 35. All devices shall include the following standard features, if available: call timers, alarm clock, calendar, reminders, and calculator. 36. In conjunction with release of new and revised STIGs reflecting evolving security requirements, vendor will immediately make available on the Contract handheld devices capable of supporting the future encryption and security requirements for authentication, data storage and transmission to ensure newly provided devices are in compliance with applicable future STIG releases. 37. Upon request, vendor shall provide detailed monthly usage reports, by device, showing voice and data usage. 38. Vendor shall provide pricing for devices and data communication services for a base year plus 4 – one year ordering periods. (Total 5 years). 39. Vendor shall provide unlimited technical support that may be required for integration of units with the DFAS Network Infrastructure. 40. Vendor shall provide unlimited support of device use for end users with regard to unit functionality, hardware, and troubleshooting. 41. Vendor shall provide upgrade options and/or replacement options upon device failures, with expedited delivery services. 42. Vendor shall bear the cost of all normal shipping/delivery to the U. S Government, with 2-day delivery free to the government, and overnight delivery at government cost. 43. Vendor shall provide services for all device phone numbers to be placed on “do not call” registries or any other listings that shall prevent random, advertisement, or political campaign type calls. 44. Vendor shall not publish, sell or make public any user or number from this Contract. 45. Selected Vendor shall detail in writing their recommendation for a high availability infrastructure to support the operation of the proposed devices. 46. Selected Vendor shall detail in writing the procedure to configure the proposed devices for CAC authentication, and reading and sending digitally signed and encrypted messages. 47. Selected Vendor shall provide true-life demonstration of device performing CAC authentication, reading signed & encrypted messages, and sending signed & encrypted messages. Invoicing 48. Invoices shall be submitted to the COR/GPOC in accordance with the rates stated in the Contract. The COR/GPOC is responsible for certification of the invoices and processing for payment. Payment will be made in accordance with the Prompt Payment Act. Submission of paper invoices is acceptable until Wide Area Workflow (WAWF) is mandated (ref. clause 252.232-7003). Ordering 49. Vendor shall supply a web site to place orders for devices, and have the ability to change account numbers, rate plans, billing information, move device from one account to another, etc. (End of Statement of Work) PERIODS OF PERFORMANCE: 1 Oct 2010 - 30 Sep 2011 with 4-One Year Options. The provision of 52.212-1, Instruction to Offers – Commercial, applies to this acquisition. Evaluation Procedures The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous (best value) to the Government, price and other factors considered. The following factors will be used to evaluate quotes: Past Performance and Price. Quoters should address the factors as follows: 1. Past Performance – Quoter’s should demonstrate their ability to meet the requirements set forth in the Statement of Work. The quoter may provide up to a maximum of five performance references of similar contracts or projects within the past five years. Past performance information shall include recent and relevant contracts for the same or similar services. References are to be included as well as the points of contact and their telephone number, facsimile number, and email address. The Government will evaluate this for determining how similar or relevant the past experience is toward this requirement and how well the quoter has performed such work. Contracts listed may include those entered into with the Federal Government, agencies of the state and local governments, and commercial customers. The Government reserves the right to contact sources other than those provided and any information received may be used in the evaluation of the quoter’s past performance. 2. Price - The quoter shall submit a firm fixed price quote in accordance with the statement of work. Price will be evaluated using price analysis techniques. Options will be evaluated at time of award. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). A unit price is to be submitted per month for each year of the requirement. Option Year PRICING: (Must be filled out.) BASE YEAR OCT 1 2010 - SEP 30, 2011 Price for Basic Contract OCT 1, 2011 – SEP 30, 2012 Price for Option Year 2 OCT 1, 2012 – SEP 30, 2013 Price for Option Year 3 OCT 1, 2013 – SEP 30, 2014 Price for Option Year 4 OCT 1, 2014 – SEP 30, 2015 UNLIMITED VOICE UNLIMITED DATA DATA ONLY MODEL OF DEVICE MODEL OF DEVICE TETHERING: VOICE SERVICE DATA SERVICE TETHERING FEES The following Federal Acquisition Regulations (FAR) and (DFAR) provisions apply to this solicitation: FAR 52.252-6 Authorized Deviations in Clauses; FAR 52.217-5 Evaluation of Options; FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-2 Evaluation-Commercial Items; FAR 52-212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, 52.214-31, Facsimile Bids 52.219-6.; FAR 52.222-41, Service Contract Act of 1965; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.232-34, Payment by Electronic Funds transfer other than Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.233-2, Service of Protest; FAR 52.239-1, Privacy or Security Safeguards; FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial vessels, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Within this clause the following DFARS clauses apply: DFARS 252.204-7004, Required Central Contractor Registration, DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.225-7035 Buy American Act- Free Trade Agreements- Balance of Payments Program Certificate. Award can only be made to those Offerors that are registered through the Central Contractor Registration System. For those not registered, you may log onto the Internet at http://www.ccr.gov or telephone (888) 227-2423. All Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items. For copies of any of the regulations sited in the synopsis, you may download these clauses using the following web site address: http://farsite.hill.af.mil/. Please include tax id number and CAGE code on quote submissions. Quoter Information: The following information must be included with your quote: Cage Code Company Name Point of Contact Telephone Number Email Address TIN (Taxpayer Identification Number) Business Size/Classification (Applicable NAICS is 713940) Date Point of Contact (POC): Linda Kinser Defense Finance and Accounting Service Contract Services Directorate 3990 East Broad Street Building 21 2B218 Columbus, OH 43213-1152 Telephone: (614) 693-1973 Facsimile: (614) 693-1808 Email Linda.Kinser @ dfas.mil Facsimile and e-mail quotes are acceptable and preferred. You are encouraged to ensure that quotes are received by the POC. Furnish quotes to the POC on or before the closing time listed in this RFQ. All responsible sources may submit a quote which shall be considered. Contracting Office Address: 3990 East Broad Street Bldg #21, Room 2B218 Columbus, Ohio 43218 Place of Performance: VARIOUS DFAS sites Primary Point of Contact.: Linda Kinser, Contract Specailist
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DFAS/Columbus/HQ0423-10-P-9000/listing.html)
 
Place of Performance
Address: Various DFAS sites, United States
 
Record
SN02240708-W 20100815/100814000317-e6125370eb9976f6c482a8a442d227f7 (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.