Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2010 FBO #3225
SOLICITATION NOTICE

99 -- Cellular Telephone Services

Notice Date
9/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517210 — Wireless Telecommunications Carriers (except Satellite)
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, 26 West Martin Luther King Drive, Cincinnati, Ohio, 45268
 
ZIP Code
45268
 
Solicitation Number
RFQ-OH-10-00190
 
Archive Date
10/12/2010
 
Point of Contact
Michael Kreacic, , Katie Rechenberg,
 
E-Mail Address
kreacic.michael@epa.gov, rechenberg.kathleen@epa.gov
(kreacic.michael@epa.gov, rechenberg.kathleen@epa.gov)
 
Small Business Set-Aside
N/A
 
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; quotations are being requested and a written solicitation will not be issued. Refer to RFQ-OH-10-00190 when responding to this request. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-44. The NAICS code is 517210- Wireless Telecommunications Carriers (except Satellite), the size standard is one thousand five hundred (1500) employees. The U.S. Environmental Protection Agency (EPA) in Cincinnati, Ohio requires a number of cellular and secure cellular telephones to accomplish its mission. The EPA currently owns 85 secure cellular phones. Under this contract, the Contractor will replace these existing phones with new secure phones, and shall provide service for these phones as well as any additional secure phones purchased by EPA pursuant to the contract terms. The Contractor shall provide EPA with secure cellular phones and nationwide digital cellular service. At the outset of the contract, the Contractor shall replace the existing EPA-owned phone with new phones. The required phones will be utilized by EPA personnel who are organizationally assigned to offices in Cincinnati, Ohio, although some of these personnel are physically stationed at EPA facilities in other areas, including North Carolina and Washington, DC,. Throughout the term of the contract, EPA may purchase additional new secure phones at the prices set forth in the contract. The digital telephone system provided by the Contractor must operate within the EPA AWBERC facility located at 26 W. Martin Luther King Drive, Cincinnati, Ohio, as well as anywhere within the 50 states and its territories. The Contractor shall provide a package that allows all telephones, to share a block of minutes, with no roaming or long distance charges. Price quotes shall include any setup charges. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is applicable and the specific evaluation criteria are included in the Technical Evaluation Criteria. Offers shall provide descriptive technical literature in sufficient detail to demonstrate that the technical approach meet the minimum requirements specified in Statement of Work. Statement of Work: Statement of Work: Cellular Services 1. Secure G3 phones must have Global System for Mobile Communications (GSM) phone service. Additionally, service for all phones, must have data communications capability. 2. Detailed billing per phone. 3. Must be able to receive paging over an Internet-based system. 4. Must have voicemail to receive messages when out of service or out of range. When back in range of service, the phone must reflect any waiting voicemail messages via message tone and visual indication. 5. Caller ID. 6. Cellular telephone service must have the following features at no additional charge: (a) Call waiting (b) 3-way conference calling (c) Call forwarding (d) 911 emergency service (e) Unlimited nights and weekends 7. Carrier must have the ability to move from a digital to analog system when roaming. 8. Service package must allow for the sharing of the minutes each month by all phones. 9. All phones must be able to connect to a laptop computer for data transfer. 10. The Government shall have the option of changing or cancelling the cellular phone plan at any time by contacting the Contractor by phone. 11. The user may be stationed in any of the 50 states. 12. Numbers that are currently being used be EPA phones must be transferred to any replacement phones provided by the Contractor under this contract. 13. Phones shall not have cameras. 14. Texted messaging, low volume price and high volume price. 15. USB port data cards available at a monthly rate unlimited usage. A. BILLING AND PRICING 1. Billing for usage and monthly access will include call details on a per phone basis, including the following: - Date of call - Time of call - Number called - Duration of call 2. The pooled-minute plan shall be automatically readjusted to the billing plan that is most cost-effective for the Government. 3. There shall be no roaming or long distance charges. B. PERIOD OF PERFORMANCE Base Period 10/1/2010 through 9/30/2011 Option Period 1: 10/1/2011 through 9/30/2012 Option Period 2: 10/2/2012 through 9/30/2013 Option Period 3: 10/1/2013 through 9/30/2014 Option Period 4: 10/1/2014 through 9/30/2015 In addition to the Base Period identified above, the Government has options to extend the contract term by up to 4 additional years. To exercise each option, the Contracting officer shall issue a unilateral contract modification not later than the final day of the current contract term. If the contract term is this extended, the prices stipulated in the contract for the respective option period shall apply, unless the Contractor offer a more advantageous pricing arrangement to the Government. Evaluation Factors The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical acceptability of the item offered to meet the Government's requirement and (2) Price. Technical acceptability shall be evaluated on a pass or fail basis. Offers shall provide descriptive technical literature in sufficient detail to demonstrate that the items offered meet the minimum requirements in the Statement of Work. (3) Past performance. Quoters shall include a representative list of at least three (3) contracts/subcontracts/ orders for past performance references completed during the last three (3) years which are similar to the proposed subscription in this requirement: a) Contact name, telephone number, and e-mail address b) Type of Cellular Services c) Delivery date of Cellular Services (including installation and training if applicable) d) Dollar amount of Cellular Services. Responses to the above factors shall be evaluated on the following scale: Superior: Exceeds the Government's minimum requirements. Acceptable: Meets the minimum requirements of the SOW. Unacceptable: Does not meet all requirements of the SOW. Representations and Certifications-Commercial Items, with its offer. This clause may be found on the Internet at the following site: http://www.arnet.gov/far/. Clause FAR 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under FAR 52.212-5 paragraph (b), the following additional clauses apply to this acquisition: 52.219-8, Utilization of Small Business Concerns (May 2004),52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-54, Employment Eligibility Verification (Jan 2009), 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003). These documents can be found at: http:www.epa.gov/docs/etsdop/. Any firm that believes it is capable of meeting EPA's requirement stated herein may submit a quote, which if received by the response date of this announcement will be considered. Responses to this solicitation must be in writing. The quote shall include a breakdown of the total price that includes for example: any labor costs, travel costs, installation, acceptance testing, warranties. All quotes received in response to this posting will be evaluated based on Best Value. Offerors shall submit 1 copy of their offer including their DUNS (Data Universal Numbering System) number, referencing RFQ-OH-10-00190 and, no later than, September 27, 2010 at 5:00 PM EST to Katie Rechenberg as follows: via email at rechenberg.kathleen@epa.gov. Quotations may be sent via regular mail to: U.S. EPA, ATTN: Katie Rechenberg, Mail Code: NWD-CPOD, 26 West Martin Luther King Drive, Cincinnati, OH 45268, or via Express Mail/Hand Carry to: U.S. EPA, 4411 Montgomery Road, Suite 300, Norwood, OH 45212. Questions may be submitted via e-mail at rechenberg.kathleen@epa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/RFQ-OH-10-00190 /listing.html)
 
Place of Performance
Address: 26 W. Martin Luther King Drive, Cincinnati, Ohio, 45268, United States
Zip Code: 45268
 
Record
SN02290664-W 20100923/100921235314-9fdf1c5d111f08c60b20403e0125838b (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.