|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 12,1998 PSA#2115General Services Administration, FTS, Acquisition Services (7TTE), 819
Taylor Street, Fort Worth, TX 76102 D -- LOCAL DIAL TONE SERVICE FOR FEDERAL AGENCIES IN OKLAHOMA CITY,
OKLAHOMA SOL 7TTE-98-2006 DUE 062498 POC Robert D. Goudy, (817)
978-4074 E-MAIL: Robert D. Goudy, Contracting Officer, General
Services, robert.goudy@gsa.gov. 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-98-2006, Request
for Proposals. 17(iii). This solicitation document and incorporated
provisions and those clauses are those in effect through Federal
Acquisition Circular 97-04. 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 Oklahoma City, Oklahoma. The Contractor
is required to be certified by the Oklahoma 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 Oklahoma. 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
number information, and interconnection with Inter-Lata carriers. This
service will provide a total of 743 main station lines, approximately
28 locations within the Oklahoma City area varying between 1 and 315
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 FTS 2000 contractor must assure compatible interface with the FTS
2000 and other PIC carrier network. The Contractor shall provide
service on a twenty four (24) hour per day, seven (7) day per week
basis. The 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 Centrex
Service, Standard Digital Trunking, Basic Rate Interface (BRI),Primary
Rate Interfaces (PRI) in Oklahoma City during the term of this
contract at the 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
nooption 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. Agent for the Government: (a)
The Contractor shall act as the Government's liaison before
telecommunication carriers concerning installation and maintenance of
trunks, off-premise locations and activities necessary for restoration
of services. In order for the Contractor to act as the Government's
liaison, he/she will be provided a Letter of Agency within fifteen (15)
days following contract award. (b) The Contractor shall plan and
coordinate all conversions and installation activities. (c) The
Contractor shall ensure that all equipment, billing systems is Year
2000 compliant. Contractor equipment installed or utilized prior to
Year 2000 must be tested for Year 2000 compliant. The Government shall
be invited to observe the tests. When a model and version has been
successfully tested, repeat tests prior to additional installations
will be nor required. The Contractor will provide a written
certification that all equipment provided will be Year 2000 compliant.
Rate Stability: 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 such charges
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. Lawfulness: This contract and
the parties' actions under this contract shall comply with all
applicable federal, state, and local laws, rules, regulations, court
orders, and governmental agency orders. Any change in rates, charges or
regulations mandated by the legally constituted authorities will act as
a modification of any contract to the extent without further notice.
This contract shall be governed by the laws of the state where Service
is provided. Enforceability: In the event that a court, governmental
agency, or regulatory agency with proper jurisdiction determines that
this contract or a provision of this contract is unlawful, this
contract, or that provision of the contract to the extent it is
unlawful, shall terminate. If a provision of this contract is
terminated but the parties can legally, commercially and practicably
continue without the terminated provision, the remainder of this
contract shall continue in effect. 17(vii). Date of delivery to be
determined by GSA prior to award; Place of delivery and acceptance is
Oklahoma City, Oklahoma, FOB-Destination. 17(viii) Solicitation
provisions at FAR 52.212-1, Instructions to Offerors -- Commercial
Items (APR 1998) 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 of Proposal: 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. This listing of
factors does not indicate the descending order of importance.
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 of
contact, 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
1997), Offeror Representations and Certifications-Commercial Items,
with offer. 17(xi) Clause 52.212-4, Contract Terms and Conditions-
Commercial Items (Apr. 1998), is hereby incorporated by references.
17(xii) Clause 52.212-5, Contract terms and Conditions required to
Implement Statutes or Executive Orders-Commercial Items (Apr. 1998), 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 (Mar. 1998). 17(xiii) A firm fixed price, Rate
StabilizationAgreement 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, 819 Taylor Street, Room 14A02,
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. (0161) Loren Data Corp. http://www.ld.com (SYN# 0021 19980612\D-0003.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|