|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 19,1997 PSA#1934General Services Administration, FTS, Acquisition Services (7TTE), 819
Taylor Street, Fort Worth, TX 76102 D -- LOCAL DIAL TONE SERVICE FOR FEDERAL AGENCIES IN ALHUQUERQUE, NM
SOL 7TTE-97-0001 DUE 092697 POC Robert D. Goudy, 817-978-4074 17(I).
This is a combined synopsis/solicitation for commercial items prepared
in accordance with 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!! 17(ii). Solicitation number
7TTE-97-0001., Request for Proposals!! 17(iii). This solicitation
document and incorporated provisions and those clauses are those in
effect through Federal Acquisition Circular 90-46!! 17(iv). This is a
full and open procurement under the Industrial Classification Code
4813, Telephone Communications, except Radiotelephone!! 17(v). N/A!! 17
(vi) Description of Service: Under this contract, the Contractor will
furnish local telephone exchange services in Albuquerque, New Mexico.
The Contractor is required to be certified by the New Mexico Public
Utility Commission to provide local telephone exchange services. The
Government intends to establish a Rate Stabilization Agreement for two
years with three, one year renewal options for local services for
Federal agencies located in Albuquerque. The local service provider
shall provide, as a minimum but not limited to, Centrex tariff service
features; Primary Rate Interface (PRI) (23B+1D) ISDN with Automatic
Number Identification (ANI); Basic Rate Interface (BRI 2B+D; Standard
Digital Trunking (1.544 Mbps); interface to the FTS 2000 long distance
network; delivery of dial tone to the designated demarcation points on
each floor of the service locations; access to Intra-Lata areas;
operability with numerous multi-vendor office key systems; capability
to add and delete service locations and main lines; number portability
for the current Centrex exchange numbers if possible; five or less
digit dialing for intra system calling; access to 911 Emergency service
and functions; monthly billing information on magnetic media, itemized
by pilot directory number, service types and area codes; and access to
directory numberinformation, and interconnection with Inter-Lata
carriers. This service will provide a total of 1,467 main station
lines, approximately 29 locations within the Albuquerque area varying
between 1 and 200 lines at each location. The Contractor shall provide
service up to the Standard Network Interface (SNI) at the Government's
premises. The SNI is that location where the Contractor's protected
network facilities end and the Government's inside wire or network
begins. The Contractor will furnish switching service supported by the
appropriate equipment, materials, accessories, software, firmware,
engineering, installation and maintenance services. The Contractor will
also assure number portability and compatible interface with the local
exchange networks. The Contractor shall provide service on a twenty
four (24) hour per day, seven (7) day per week basis. Repair and
service order intervals must be addressed in proposal. The Government
agrees to provide all right of way, conduit, space, power and
facilities on its premises reasonably necessary for the Contractor to
install its cable and facilities up to the SNI and to provide service
to the Government. All equipment, facilities, lines or cables installed
or furnished by the Contractor shall remain the sole property of the
Contractor and shall be exclusively operated and maintained by the
Contractor. The Contractor may, subject to 60 days' advance written
notice to GSA, replace, reconfigure, update, move, remove, or change
any of its equipment, facilities, lines or cables as it deems
appropriate. There will be no change in the service charges as a result
of such replacements, reconfigurations, updates, moves, removals, or
changes. Should the Government add new features available as a result
of such technology updates, additional monthly and/or non-recurring
charges may be applicable. If any change can be reasonably expected to
render any equipment provided by the Government incompatible with the
service, the Government will be given adequate time to allow it to
change or modify its equipment in order to minimize any interruption of
service. The Government may add or delete Primary Rate Interfaces
during the term of this contract at the location and charges specified
herein. Term: This contract will begin on the date of signature by the
Government and shall remain in effect for twenty-four months. GSA has
the option to extend this contract for up to three 12 months option
periods. GSA may exercise this option by written notice to the
Contractor not later than ten calendar days prior to expiration of the
contract; provided, that GSA shall give the Contractor a preliminary
notice of its intent to extend at least 60 days before the contract
expires. The preliminary notice does not commit GSA to an extension. If
GSA should elect to continue service beyond the term of this contract
(including options), or if no option notice is issued, and GSA has not
entered into a new service contract with the Contractor or another
service provider, then the Contractor may continue to provide service
at the Contractor's then current month-to-month tariffed rates. The
Government agrees to pay the rates specified in this contract. Subject
to the provisions of applicable statutes and regulation the rates
specified in the contract shall not be subject to Contractor initiated
rate increases for the term of the contract or any extension thereof.
Termination: (1) If the Government terminates this contract for
convenience, the rights of the Government and the Contractor shall be
determined under paragraph (l) of Clause 52.212-4, Contract Terms and
Conditions -- Commercial Items, unless there is a termination liability
schedule, in which case the rights of the parties shall be determined
under paragraph 2. (2) If the Contractor specifies a schedule of
termination liability charges that would be incurred by the Government
if the Government terminates this contract prior to the expiration of
the initial contract period or the expiration of any option period if
an option is exercised, the payment of suchcharges shall be the only
responsibility of the Government to compensate the Contractor for such
termination; except that, there shall be no termination liability for
equipment installed after termination of this contract.(b) Waiver of
Termination Charges: Termination charges, if any, will be waived when
the Government discontinues service and all of the following conditions
are met: (1) The Government signs a new contract for any other
Contractor provided service. All applicable nonrecurring charges will
be assessed for the new service, (2) The order to discontinue service
and the order to establish new service(s) are received by the
Contractor at the same time;(3) The new service installation must be
completed within thirty (30) calendar days of the disconnection of
service;(4) The total value of the new service, excluding any special
construction charges, is equal to or greater than the remaining value
of this contract. The Government agrees to pay any previously billed,
but unpaid recurring, and any outstanding non-recurring charges, (c)
Should the Contractor's service provided under this contract be
discontinued, the Government may terminate the contract by providing 30
days notice to the Contractor; termination charges, if any, will not
apply. If termination is prior to installation of service, the
Government shall be responsible for payment of those reasonable costs
incurred by the Contractor through the date of termination. If
termination is after installation, the Government agrees to pay any
previously billed, but unpaid recurring, and any outstanding
nonrecurring charges!! 17(vii). Date of delivery to be determined by
GSA prior to award; Place of delivery and acceptance is Albuquerque,
New Mexico, FOB-Destination!! 17(viii) Solicitation provisions at FAR
52.212-1, Instructions to Offerors -- Commercial Items (Oct 1995) is
hereby incorporated by reference!! 17(ix) The Government will award a
contract resulting from this solicitation to the responsible offeror
whose offer conforming to the solicitation will be most advantages,
representing the best value to the Government price and other factors
considered. The following factors shall be used to evaluate offers:
Evaluation will be based on (1) Offer is certified by the New Mexico
Public Utility Commission to provide local telephone exchange service,
(2) Technical, (a) Technical capability to meet the Government's
requirement, (b) Past Performance (see below) (c) Term and Conditions,
Delivery Terms, and (3) Price. Evaluation of past performance shall be
based on information provided by the offeror and/or through other
sources (i.e., offeror's performance on previous awarded contracts with
other Government or Commercial entities). The offeror must identify at
least two Federal, state, or local government and commercial contracts
for which the offeror has performed work similar to the statement of
work in this solicitation. References should include the most recent
contracts completed within the last two years. The offeror shall
provide point ofcontact, current telephone number and fax number for
each contract. This list should be included with your offer!!
17(x).Offerors are reminded to include a completed copy of the
provisions at 52.212-3 (Jan 1996), Offeror Representations and
Certifications-Commercial Items, with offer!! 17(xi) Clause 52.212-4,
Contract Terms and Conditions- Commercial Items (Aug. 1996), is hereby
incorporated by reference!! 17(xii) Clause 52.212-5, Contract terms
and Conditions required to Implement Statutes or Executive
Orders-Commercial Items (Aug. 1996), is hereby incorporated by
reference. The following paragraphs apply to this solicitation and any
resultant contract (a),(b) (1)(2) (6) (7) (8)(9)(14) (16), (c) (1) (2)
(3), (d),(e). GSAR Clause 552.212.71 (a)Contract Term and Conditions
Applicable to GSA Acquisition of Commercial Items (Feb. 1996)!!
17(xiii) A firm fixed price, Rate Stabilization Agreement will be
awarded!! 17(xiv). N/A!! 17(xv) N/A!! 17(xvi).Offers are to be
submitted to General Services Administration Robert D. Goudy,
Acquisition Services, 619 Taylor Street, 7TTE, Fort Worth, Texas 76102,
within 10 days after this notice is published in the CBD!!
17(xvii).Point of Contact, Robert D. Goudy, Contracting Officer at
817-978-4074.!! (0258) Loren Data Corp. http://www.ld.com (SYN# 0017 19970919\D-0001.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|