|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 8,1997 PSA#192515th Contracting Squadron, 90 G Street, Bldg 1201 Hickam, AFB, HI
96853-5230 R -- OPERATION/MAINTENANCE OF NORTEL TELEPHONE SWITCHES, VARIOUS
LOCATIONS, JAPAN SOL F6460597R0027 DUE 091897 POC Cindi Kobayashi,
Contract Specialist, (808) 449-6860, X607; Carol Allison, Contracting
Officer, (808) 449-6860, X601 WEB: Click here to download a copy of the
SOW, special contract provisions, clauses and provisions addendum,
pricing schedule and Reps/Certs.,
http://www.hickam.af.mil/Public/Cons/new-rfp.htm. E-MAIL: Click here to
e-mail Contract Specialist., kobayasc@wpgate.hickam.af.mil. This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in subpart 12.6 of the Federal Acquisition
Regulation as supplemented with additional information included in this
notice. This announcement constitutes the only solicitation. This
solicitation is issued as a Request for Proposal (RFP). Proposals are
due on or before 16 Sep 97, 3:30 p.m. HST. Proposal envelope is
required to be marked with RFP number and must be received at this
office by the above closing date and time. This procurement is under
Standard Industrial Code 4899. STATEMENT OF AGENCY NEEDS: Regional
support services of the NORTEL and AT&T family of switch systems
installed, or to be installed, within the Department of Defense (DOD)
Japan. The support provided for the switch systems includes, but is not
limited to, the switches and switch peripheral and user equipment,
integrated service digital network (ISDN) applications, asynchronous
transfer mode (ATM) applications, Digital Conference and Switching
System (DCSS) and technical assistance support services requested by
switch systems site personnel. See LINKDESC below for a complete copy
of the Statement of Work (SOW), special contract provisions, and
pricing schedule. Offerors shall specifically address each area of the
SOW. Information provided shall be sufficiently detailed to adequately
evaluate the offer. This will be a firm-fixed price contract. The
resulting contract will include a basic year (projected to commence 1
Oct 1997) and two one-year option periods. PROVISIONS AND CLAUSES: The
following FAR/DFARS provisions are applicable to this solicitation:
52.212-1, Instruction to Offerors-Commercial; 52.212-2,
Evaluation-Commercial Items, for the purposes of this clause, the
blank(s) are completed as follows, (a)(1) Technical/manning expertise,
(2) past performance, and (3) price, in descending order of
importance; (b) Technical/manning expertise and past performance are of
equal importance and when combined, these areas are more important than
price. No advantage will accrue to an offeror who proposes to perform
work for an unrealistically low or high price; 52.212-4, Contract Terms
and Conditions-Commercial Items; 52.212-5, Contract Terms and
Conditions Required to Implement Statues or Executive Orders-Commercial
Items; 252.212-7001, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders Applicable to Defense
Acquisitions of Commercial Items; and addendum (see LINKDESC below).
Specifically, the following cited FAR/DFARS clauses are applicable to
this solicitation: 52.203-6, Restrictions on Subcontractor Sales to the
Government; 52.203-10, Price or Fee Adjustment for Illegal or Improper
Activity; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action
for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative
Action for Handicapped Workers; 52.222-37, Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era;
252.205-7000, Provision of Information to Cooperation Agreement
Holders; 252.225-7001, Buy American Act and Balance of Payment Program;
252.225-7012, Preference for Certain Domestic Commodities;
252.227-7015, Technical Data -- Commercial Items; 252.227-7037,
Validation of Restrictive Markings on Technical Data; and 252.233-7000,
Certification of Claims and Requests for Adjustment or Relief.
REPRESENTATIONS AND CERTIFICATIONS: Offerors must include with their
offer a completed copy of the provisions at FAR 52.212-3, Offerors
Representation and Certification-Commercial Items (see LINKDESC below
to obtain copy). BASIS OF AWARD: Award will be based on the best value
to the government to include all evaluation factors. Proposals must be
submitted in writing and must address all evaluation factors. Proposal
must include technical data and past performance on similar projects
(preferably Defense Department projects) during the past 3 years,
including items, dollar amount, location, and point of contact for each
project. Address all proposals to the 15th Contracting Squadron, 15
CONS/LGCX, 90 G Street, Hickam AFB, Hawaii 96853-5230. Award is
anticipated by 30 Sep 1997. All responsible sources may submit a
proposal, which, if timely received, will be considered by this agency.
The Government reserves the option to cancel the solicitation if the
total amount of the proposal is not within the Government estimate.
(0247) Loren Data Corp. http://www.ld.com (SYN# 0087 19970908\R-0013.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|