Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 31, 2016 FBO #5242
SOLICITATION NOTICE

S -- TELEPHONE ANSWERING SERVICES

Notice Date
3/29/2016
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
218 Brooke Street, Bldg. 399, Fort Buchanan, PR 00934
 
ZIP Code
00934
 
Solicitation Number
W912C3-16-Q-011A
 
Response Due
4/6/2016
 
Archive Date
10/3/2016
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
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.The solicitation number is W912C3-16-Q-011A and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. The associated North American Industrial Classification System (NAICS) code for this procurement is 561421 with a small business size standard of $15.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-04-06 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The MICC Fort Buchanan requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: BASE PERIOD: TELEPHONE ANSWERING SERVICES FOR AFTER DUTY HOURS: The contractor shall provide personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and all necessary to perform After Duty Hours Telephone Answering Service as defined in the Performance Work Statement (PWS) and all terms and conditions. PERIOD OF PERFORMANCE: 28 MARCH 2016 THROUGH 27 MARCH 2017 (OR ONE YEAR AFTER DATE OF AWARD), 12, Months; LI 002: BASE PERIOD: INITIAL Set-up/Activation Fee - Designated to cover programming, training, labor and system-related costs. Contractor shall not charge the Government a separate Initial set-up/Activation Fee if it is not a customarily charge by the Contractor to all other in the market. PERIOD OF PERFORMANCE: 28 MARCH 2016 THROUGH 27 MARCH 2017 (OR ONE YEAR AFTER DATE OF AWARD), 1, EA; LI 003: BASE PERIOD: MONTHLY REPORT - The Contractor shall submit a detailed call report containing the in/out call records, and duration of each call for the month(s) with total minutes per call as defined in the Performance Work Statement (PWS) and all terms and conditions. PERIOD OF PERFORMANCE: 28 MARCH 2016 THROUGH 27 MARCH 2017 (OR ONE YEAR AFTER DATE OF AWARD), 12, EA; LI 004: BASE PERIOD: CONTRACTOR MANPOWER REPORTING: Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract in accordance with the Statement of Work (SOW) The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter ?No Cost?. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil. PERIOD OF PERFORMANCE: 28 MARCH 2016 THROUGH 27 MARCH 2017 (OR ONE YEAR AFTER DATE OF AWARD), 1, EA; LI 005: FIRST OPTION PERIOD: TELEPHONE ANSWERING SERVICES FOR AFTER DUTY HOURS: The contractor shall provide personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and all necessary to perform After Duty Hours Telephone Answering Service as defined in the Performance Work Statement (PWS) and all terms and conditions. PERIOD OF PERFORMANCE: 28 MARCH 2017 THROUGH 27 MARCH 2018 (OR ONE YEAR AFTER DATE OF BASE PERIOD, IF EXERCISED BY THE GOVERNMENT), 12, Months; LI 006: FIRST OPTION PERIOD: INITIAL Set-up/Activation Fee - Designated to cover programming, training, labor and system-related costs. Contractor shall not charge the Government a separate Initial set-up/Activation Fee if it is not a customarily charge by the Contractor to all other in the market. PERIOD OF PERFORMANCE: 28 MARCH 2017 THROUGH 27 MARCH 2018 (OR ONE YEAR AFTER DATE OF BASE PERIOD, IF EXERCISED BY THE GOVERNMENT), 1, EA; LI 007: FIRST OPTION PERIOD: MONTHLY REPORT - The Contractor shall submit a detailed call report containing the in/out call records, and duration of each call for the month(s) with total minutes per call as defined in the Performance Work Statement (PWS) and all terms and conditions. PERIOD OF PERFORMANCE: 28 MARCH 2017 THROUGH 27 MARCH 2018 (OR ONE YEAR AFTER DATE OF BASE PERIOD, IF EXERCISED BY THE GOVERNMENT), 12, EA; LI 008: FIRST OPTION PERIOD: CONTRACTOR MANPOWER REPORTING: Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract in accordance with the Statement of Work (SOW) The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter ?No Cost?. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil. PERIOD OF PERFORMANCE: 28 MARCH 2017 THROUGH 27 MARCH 2018 (OR ONE YEAR AFTER DATE OF BASE PERIOD, IF EXERCISED BY THE GOVERNMENT), 1, EA; LI 009: SECOND OPTION PERIOD: TELEPHONE ANSWERING SERVICES FOR AFTER DUTY HOURS: The contractor shall provide personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and all necessary to perform After Duty Hours Telephone Answering Service as defined in the Performance Work Statement (PWS) and all terms and conditions. PERIOD OF PERFORMANCE: 28 MARCH 2018 THROUGH 27 MARCH 2019 (OR ONE YEAR AFTER DATE OF FIRST OPTION PERIOD, IF EXERCISED BY THE GOVERNMENT), 12, Months; LI 010: SECOND OPTION PERIOD: INITIAL Set-up/Activation Fee - Designated to cover programming, training, labor and system-related costs. Contractor shall not charge the Government a separate Initial set-up/Activation Fee if it is not a customarily charge by the Contractor to all other in the market. PERIOD OF PERFORMANCE: 28 MARCH 2018 THROUGH 27 MARCH 2019 (OR ONE YEAR AFTER DATE OF FIRST OPTION PERIOD, IF EXERCISED BY THE GOVERNMENT), 1, EA; LI 011: SECOND OPTION PERIOD: MONTHLY REPORT - The Contractor shall submit a detailed call report containing the in/out call records, and duration of each call for the month(s) with total minutes per call as defined in the Performance Work Statement (PWS) and all terms and conditions. PERIOD OF PERFORMANCE: 28 MARCH 2018 THROUGH 27 MARCH 2019 (OR ONE YEAR AFTER DATE OF FIRST OPTION PERIOD, IF EXERCISED BY THE GOVERNMENT), 12, EA; LI 012: SECOND OPTION PERIOD: CONTRACTOR MANPOWER REPORTING: Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract in accordance with the Statement of Work (SOW) The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter ?No Cost?. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil. PERIOD OF PERFORMANCE: 28 MARCH 2018 THROUGH 27 MARCH 2019 (OR ONE YEAR AFTER DATE OF FIRST OPTION PERIOD, IF EXERCISED BY THE GOVERNMENT), 1, EA; LI 013: THIRD OPTION PERIOD: TELEPHONE ANSWERING SERVICES FOR AFTER DUTY HOURS: The contractor shall provide personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and all necessary to perform After Duty Hours Telephone Answering Service as defined in the Performance Work Statement (PWS) and all terms and conditions. PERIOD OF PERFORMANCE: 28 MARCH 2019 THROUGH 27 MARCH 2020 (OR ONE YEAR AFTER DATE OF SECOND OPTION PERIOD, IF EXERCISED BY THE GOVERNMENT), 12, Months; LI 014: THIRD OPTION PERIOD: INITIAL Set-up/Activation Fee - Designated to cover programming, training, labor and system-related costs. Contractor shall not charge the Government a separate Initial set-up/Activation Fee if it is not a customarily charge by the Contractor to all other in the market. PERIOD OF PERFORMANCE: 28 MARCH 2019 THROUGH 27 MARCH 2020 (OR ONE YEAR AFTER DATE OF SECOND OPTION PERIOD, IF EXERCISED BY THE GOVERNMENT), 1, EA; LI 015: THIRD OPTION PERIOD: MONTHLY REPORT - The Contractor shall submit a detailed call report containing the in/out call records, and duration of each call for the month(s) with total minutes per call as defined in the Performance Work Statement (PWS) and all terms and conditions. PERIOD OF PERFORMANCE: 28 MARCH 2019 THROUGH 27 MARCH 2020 (OR ONE YEAR AFTER DATE OF SECOND OPTION PERIOD, IF EXERCISED BY THE GOVERNMENT), 12, EA; LI 016: THIRD OPTION PERIOD: CONTRACTOR MANPOWER REPORTING: Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract in accordance with the Statement of Work (SOW) The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter ?No Cost?. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil. PERIOD OF PERFORMANCE: 28 MARCH 2019 THROUGH 27 MARCH 2020 (OR ONE YEAR AFTER DATE OF SECOND OPTION PERIOD, IF EXERCISED BY THE GOVERNMENT), 1, EA; LI 017: FOURTH OPTION PERIOD: TELEPHONE ANSWERING SERVICES FOR AFTER DUTY HOURS: The contractor shall provide personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and all necessary to perform After Duty Hours Telephone Answering Service as defined in the Performance Work Statement (PWS) and all terms and conditions. PERIOD OF PERFORMANCE: 28 MARCH 2020 THROUGH 27 MARCH 2021 (OR ONE YEAR AFTER DATE OF THIRD OPTION PERIOD, IF EXERCISED BY THE GOVERNMENT), 12, Months; LI 018: FOURTH OPTION PERIOD: INITIAL Set-up/Activation Fee - Designated to cover programming, training, labor and system-related costs. Contractor shall not charge the Government a separate Initial set-up/Activation Fee if it is not a customarily charge by the Contractor to all other in the market. PERIOD OF PERFORMANCE: 28 MARCH 2020 THROUGH 27 MARCH 2021 (OR ONE YEAR AFTER DATE OF THIRD OPTION PERIOD, IF EXERCISED BY THE GOVERNMENT), 1, EA; LI 019: FOURTH OPTION PERIOD: MONTHLY REPORT - The Contractor shall submit a detailed call report containing the in/out call records, and duration of each call for the month(s) with total minutes per call as defined in the Performance Work Statement (PWS) and all terms and conditions. PERIOD OF PERFORMANCE: 28 MARCH 2020 THROUGH 27 MARCH 2021 (OR ONE YEAR AFTER DATE OF THIRD OPTION PERIOD, IF EXERCISED BY THE GOVERNMENT), 12, EA; LI 020: FOURTH OPTION PERIOD: CONTRACTOR MANPOWER REPORTING: Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract in accordance with the Statement of Work (SOW) The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter ?No Cost?. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil. PERIOD OF PERFORMANCE: 28 MARCH 2020 THROUGH 27 MARCH 2021 (OR ONE YEAR AFTER DATE OF THIRD OPTION PERIOD, IF EXERCISED BY THE GOVERNMENT), 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Buchanan intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Buchanan is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items., applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34, 52.204-9 Personal Identity Verification of Contractor Personnel. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. FAR 52.217-5, Evaluation of Options. FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to inform employees of whistleblower rights. FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper. FAR 52.204-12, Data Universal Numbering System Number Maintenance. FAR 52.204-13, System for Award Management Maintenance. FAR 52.204-19, Incorporation by Reference of Representations and Certifications. FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.225-25 -- Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran?Representation and Certifications. FAR 52.204-7, Systems for Award Management, FAR 52.233-4, Applicable Law for Breach of Contract Claim, FAR 52.222-42, Statement of Equivalent Rates The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-7000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions; 252.232-7006 WAWF Payment Instructions. DFARS 252.232.7007 Limitation of Government's Obligation. DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM)site at https://www.sam.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL Bid MUST be good for 30 calendar days after submission Shipping must be free on board (FOB) Ft. Buchanan, Puerto Rico which means that the seller must deliver the goods on its conveyance to Ft. Buchanan or to the destination specified by the Buyer. The seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. No partial shipments unless otherwise specified at time of order. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. "Acceptance period," as used in this provision, means the number of calendar days available to the Government for awarding a contract from the date specified in this solicitation for receipt of bids. This provision supersedes any language pertaining to the acceptance period that may appear elsewhere in this Fedbid. The Government requires a minimum acceptance period of 90 calendar days. A bid allowing less than the Government's minimum acceptance period will be rejected. The bidder agrees to execute all that it has undertaken to do, in compliance with its bid, if that bid is accepted in writing within 60 Calendar day acceptance period" Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within Thirty (30) Calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least Sixty (60) Calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed Five (5) years. Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within Thirty (30) calendar days. (End of Clause) See attachment
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f6d13e1fc2c375cf62a6c3efa1c75333)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN04065991-W 20160331/160329234744-f6d13e1fc2c375cf62a6c3efa1c75333 (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.