Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
MODIFICATION

99 -- JTF-Bravo Honduras Soto Cano Nationwide Cellular Service

Notice Date
8/28/2014
 
Notice Type
Modification/Amendment
 
NAICS
517210 — Wireless Telecommunications Carriers (except Satellite)
 
Contracting Office
Soto Cano Branch (PARC Americas 410th CSB), Contracting Office, Unit 5720, PSC 42, APO, AA 34042
 
ZIP Code
34042
 
Solicitation Number
W912QM-14-R-0006-0001
 
Response Due
9/2/2014
 
Archive Date
10/27/2014
 
Point of Contact
Roberto Aviles, 011 504 2713523
 
E-Mail Address
Soto Cano Branch (PARC Americas 410th CSB)
(roberto.aviles.hn@jtfb.southcom.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. Cellular Phones, Corporate E-mail and Data Services Joint Task Force Bravo Soto Cano Air Base, Honduras Part 1 General Information 1. GENERAL: This is a non-personal services contract to provide official business communications in the form of Cellular phones, Corporate E-mail and Wireless Data Services in support of JTF-Bravo, as described herein for the base period plus 4 option years. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Cellular Telephone, Corporate Email Service using Smartphone type Communication devices with OS7 Operating System or similar (i.e. Blackberry series, etc.), and Wireless Data Services that are essential to the operation, maintenance, and technical performance in support of Joint Task Force-Bravo (JTF-B), as defined in this Performance Work Statement; except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Background: Joint Task Force-Bravo is located at Soto Cano Air Base, a Honduran Air Base that is also home to the Honduran Air Force Academy. JTF-Bravo operates a forward, all-weather day/night C-5-capable air base. Joint Task Force-Bravo, as guests of our Honduran host-nation partners and the senior representative for USSOUTHCOM at Soto Cano Air Base, conducts and supports joint operations, actions, and activities throughout the Caribbean, Central America, and South America, maintaining a forward presence in order to enhance regional security, stability, and cooperation. The goal of services hereby obtained is to ensure a timely, energetic, and cost effective means for Cellular phone, Corporate E-mail and Wireless Data type services in support of the Command, Control, Communications, and Computer Systems (C4S), which support the JTF-B Commander's ability to Command and Control forces in the Joint Area of Responsibility. 1.3 Objectives: Contractor shall provide official business communications services in support of JTF-Bravo as described herein for the base period plus four option years. 1.4 Scope: Contractor shall provide Cellular Airtime for cell phones, Corporate Email with Smartphone type Communication devices with OS7 Operating System or similar (i.e. Blackberry series, etc.), and Wireless Data Service via USB modem. In addition, to the paid air time service, the contractor will provide the devices (i.e. cellular phones, Corporate E-mail devices (i.e. Blackberry series, etc.), USB modems, etc) at no cost to the Government to be used in Honduras. The Contractor shall also provide spare cellular phones and spare Corporate E-mail devices, which will be used as loaners in case one is broken or lost. Contractor shall be able to provide international access of the Global System for Mobile Communications (GSM) type with the following services: Roaming in North America, Central America and South America, Short Messages (SMS), Voice Mail (English Language), Internet Access (using either 3G/4G -Third/Fourth generation wireless service mobile devices and technology, GPRS- General Packet Radio Service or EDGE-Enhanced Data rates for GSM Evolution, Corporate Email, Caller ID, Call Waiting, Call On Hold, Call Forward, Three Way Call and Free Call Information Numbers. Additionally, contractor shall not allow unsolicited news feeds or any other texts that would cause the Government to incur additional charges. Any such charges will be the responsibility of the contractor. 1.5 Period of Performance: The period of performance shall be for one (1) Base Year of 12 months and four (4) 12-month option years. The Period of Performance reads as follows: Base Year: 16 September 2014 - 15 September 2015 Option Year I: 16 September 2015 - 15 September 2016 Option Year I: 16 September 2016 - 15 September 2017 Option Year III: 16 September 2017 - 15 September 2018 Option Year IV: 16 September 2018 - 15 September 2019 1.6 General Information 1.6.1 Quality Control: The contractor shall develop and maintain an effective Quality Control Program (QCP) to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. The QCP is to be delivered with the Contractors proposal. Three copies of a comprehensive written QCP shall be submitted to the KO and COR within 5 working days when changes are made thereafter. After acceptance of the quality control plan the contractor shall receive the contracting officer's acceptance in writing of any proposed change to his QC system. 1.6.2 Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.3 Recognized Holidays: The Contractor is required to perform work on any US Government or Honduran Holiday listed below. New Year's Day(US/H)Labor Day(US) Martin Luther King Jr.'s Birthday(US)Columbus Day(US) President's Day(US)Veteran's Day(US) Memorial Day (US)Thanksgiving Day(US) Independence Day(US)Christmas Day(US/H) Day of the Americas(H)Central American Independence Day(H) Holy Thursday(H)Francisco Moraz n's Birthday(H) Good Friday(H)Discovery of America(H) Easter Saturday(H)Honduran Armed Forces Day(H) Honduran Labor Day(H) 1.6.4 Hours of Operation: The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. Emergency customer service must be available 24 hours a day, 7 days a week. 1.6.5 Place of Performance: The work to be performed under this contract will be performed throughout Honduras and on occasion all other countries in Central, South and North America. Cellular, email, internet service must be available. 1.6.6 Type of Contract: The government will award Firm Fixed Price (FFP) contract. 1.6.7 Security Requirements: To prevent an Information Assurance violation from occurring it is requested that the mobile cameras (video and still) are disabled. This will eliminate the capability of storing or processing sensitive or classified DoD data/information. 1.6.8 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.6.9 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. Each unit represented in the contract must provide their own COR. 1.6.10 Key Personnel: a. The following personnel are considered key personnel by the government: Contract/Account Manager Account Supervisor Account Chief VIP Section Manager b. The contractor shall provide a Contract Manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the Contracting Officer. The Contract Manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The Contract Manager or alternate shall be available between 8:00am to 6:00pm Monday thru Friday. Emergency customer service shall be available 24 hours a day, 7 days a week. c. Qualifications for all key personnel: Language proficiency: Key personnel must possess a high degree of proficiency in English language. Key personnel must be able to communicate effectively with government personnel, both verbally and in writing, via phone and e-mail. Background check: Key personnel must possess a background check (police report) in order to gain access to Soto Cano to attend periodic meetings as required by the Contracting officer, Contracting Officer Representative (COR), and other Government personnel. Ability to Travel: Key personnel must be able to travel to Soto Cano in order to attend periodic meetings as required by the Contracting officer, Contracting Officers Representative (COR), and other Government personnel. These meetings shall be at no additional cost to the government. 1.6.11 Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor's mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may effect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. **NOTE: See attached file for FULL Solicitation document.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/323f73da0f9583e4e098a4de51096a6e)
 
Place of Performance
Address: Soto Cano Branch (PARC Americas 410th CSB) Contracting Office, Unit 5720, PSC 42 APO AA
Zip Code: 34042
 
Record
SN03485130-W 20140830/140829022329-323f73da0f9583e4e098a4de51096a6e (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.