Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 12,1998 PSA#2115

General 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