Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2017 FBO #5711
SOLICITATION NOTICE

D -- Wireless Communications

Notice Date
7/11/2017
 
Notice Type
Presolicitation
 
NAICS
517210 — Wireless Telecommunications Carriers (except Satellite)
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Acquisition Operations Division (AOD), 500 C Street, SW, Third Floor, Washington, District of Columbia, 20472, United States
 
ZIP Code
20472
 
Solicitation Number
HSFE30-17-R-0019
 
Point of Contact
Toye T Hobday, Phone: 202.257.0177
 
E-Mail Address
toye.hobday@fema.dhs.gov
(toye.hobday@fema.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a synopsis for commercial items prepared in accordance with FAR Subpart 5.207. HSFE30-17-R-0019 is a request for proposal (RFP) to provide Wireless products and services. This requirement will be Full and Open. The NAICS code is 517210. It is anticipated that multiple awards will result from this solicitation. FEMA intends to award Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) Contracts with a base period of performance of one year with four (4) twelve month option periods. The scope of work includes support to provide FEMA with a wide variety of wireless telecommunication commodities and services in support of emergency and non-emergency requirements throughout the Continental United States (CONUS) and Outside the Continental United States (OCONUS). A combination of wireless communication services will fulfill the agency's requirements for voice, data and video communications. The Performance Requirements include the following: o 90% of equipment and service orders to support non-emergency conditions are processed, activated, and delivered within 24-48 hours of Contractor o 95% of equipment and service orders to support emergency conditions are processed and activated within 2 hours of Contractor receipt, 24/7/365, and equipment orders shipped are next day with overnight delivery. o 100% immediate initiation of service restoration actions. o 95% of transition-in complete by a specified date TBD. o 95% of billing information reports provided on schedule. o Real-time access to user level accounts available 95% of the time. o 95% of reports delivered on schedule. o 100% of FEMA wireless assets reviewed annually to determine which need to be technologically refreshed. o 90% of technical support questions resolved within eight working hours. o 95% all of Task Orders are accepted or rejected with seven (7) days of issuance. o Resolution of 95% all of disputes within three (3) months. A current list of inventory has been provided below to give prospective contractors an idea of FEMA's current inventory. Wireless Device Current Count Aircard 573 Android 8 Cellular Phones 692 iPads 3,075 iPhones 18,079 MiFis 1,448 Tablets 3,144 Xoom 362 TOTAL 27,381 BASIS FOR AWARD: The Government will make award to the responsible/responsive offeror whose offer will be most advantageous to the Government based on Best Value. The provision at FAR 52.212-1 "Instructions to Offerors--Commercial" applies to this acquisition. The provision at FAR 52.212-2 "Evaluation-Commercial Items" applies to price/technically acceptable factors. Offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications--Commercial Items" with their response or provide this information via the SAM website, http://sam.gov. The following FAR clauses also apply: 52.212-4 "Contract Terms and Conditions--Commercial Items and 52.212-5 "Contract Terms and Conditions required to implement Statutes or Executive Orders--Commercial Items. FAR provision 52.217-9 also applies to this award. The aforementioned FAR provisions and clauses can be accessed electronically at http://www.acquisition.gov/far. Inquiries can be e-mailed to Ms. Hobday at Toye.Hobday@fema.dhs.gov and Ms. Darcy Bingham at Darcy.Bingham@fema.dhs.gov no later than July 17, 2017 by 10:00 am EST. The solicitation and any amendments to the solicitation will be posted on the FedBizOpps web-page. The internet address for downloading the solicitation is http://fedbizopps.gov. Offerors are reminded that award can only be made to a Contractor who is registered in System for Award Management (SAM). Interested parties are responsible for monitoring the site to assure that they have the most up to date information regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/PP5-2/HSFE30-17-R-0019/listing.html)
 
Place of Performance
Address: CONUS and OCONUS, United States
 
Record
SN04575308-W 20170713/170711235721-6afc48830e315f77aa1e286f2e05d7bd (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.