|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,1998 PSA#2164General Services Administration, Federal Technology Service, Center For
Contract Management And Administration, 13221 Woodland Park Road,
Herndon, VA 20171-3022 D -- TO PROCURE ALL COMMERCIALLY AVAILABLE SATELLITE BASED WIRELESS
TELEPHONE, PAGER, DATA, FACSIMILE SERVICE AND EQUIPMENT ON EITHER A
WORLDWIDE OR CONTINENTAL USA BASIS!! SOL TQNHBC98-0003 DUE 090398 POC
Contract Specialist Rodger Hoover (703) 904-2893 This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the 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. Solicitation number TQNHBC98-0002
issued as a request for proposal (RFP). Solicitation Instructions:
Offerors shall submit brochures and descriptive literature for all
commercially available offered services and equipment. This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-06. This solicitation
shall close on September 3, 1998. GSA intends to award a base year
contract from date of award through 09/30/99, with two 6-month priced
options. Offerors shall submit pricing to support the above-described
base award period as well as pricing for both 6-month option periods.
The Contractor shall provide discounts for bundled services and service
and equipment combinations which provide the best price advantages. The
Contractor shall also propose a price management mechanism that will
ensure that contractor prices remain equal to or lower that similar
satellite based or competing long distance wire line rates. The GSA
management fee shall be remitted to GSA (TOC) 7980 Boeing Court,
Vienna, VA 22182-3988 by the end of the month following the billing
date. It shall be calculated as 1% of revenues collected from
authorized government users. The Contractor shall propose a delivery
schedule for service and equipment, which shall be at a minimum
equivalent to its commercial delivery schedule. Compliance with the
latest versions of applicable standards, both national and
international, shall be required throughout the period of the contract.
The minimum Revenue guarantee is $100. The following applicable FAR &
GSAR clauses apply: Instructions To Offerors-Commercial items Far
52.212-l (Aug 1998); Evaluation-Commercial Items 52.212-2 (Oct 1997),
the significant evaluation criteria are, in descending order of
importance: technical capability of the item/service offered to meet
the Government requirement, especially world-wide coverage, past
performance and price. Offeror Representations and Certifications --
Commercial items, 52.212-3 (Oct 1998), Contract Terms and
Conditions-Commercial Items 52.212-4 (Apr 1998), Contract Terms And
Conditions Applicable To GSA Acquisition Of Commercial Items (GSAR
552.212-71) (Aug 1997); Payment By Purchase Card (GSAR 552.232-80) (Dec
1989) (Variation I) (Mar 1998); Contract Terms And Conditions Required
To Implement Statutes Or Executive Orders-Commercial Items (FAR
52.212-5) (Oct 1998), under this clause the Contracting Officer has
determined that the following clauses apply: Restrictions on
Subcontractor Sales to the Government, 52.203-6 (Jul 1995) with
Alternate 1 (Oct 1995), Price or Fee Adjustment for Illegal or Improper
Activity 52.203-10 (Jan 1997); Utilization of Small Business Concerns
& Small Disadvantaged Business Concerns 52.219-8 (Jun 1997); Small,
Small Disadvantaged and Woman-Owned Small Business Subcontracting Plan
52.219-9 (Aug 1998); Equal Opportunity 52.222-26 (Apr 1994);
Affirmative Action for Special Disabled and Vietnam Era Veterans
52.222-35 (Apr 1998); Affirmative Action for Workers With Disabilities
52.222-36); Employment Reports on Disabled Veterans and Veterans of
the Vietnam Era 52.222-37 (Apr 1998); European Union Sanction for
Services 52.225-19 (Jan 1996); Privacy or Security Safeguards 52.239-1
(Aug 1996); Women-Owned Business 52.204-5 (Oct 1995); Data Universal
Numbering System (DUNS) Number 52.204-6 (Apr 1998); Requirements for
Cost or Pricing Data or Information Other Than Cost or Pricing Data
52.215-20 (Oct 1997) with Alternate III (Oct 1997); Requirements for
Cost or Pricing Data or Information Other Than Cost or Pricing Data
Modifications 52.215-21 (Oct 1997) with Alternate III (Oct 1997);
52.217-9 Option To Extend The Term Of The Contract (Mar 1989);
Evaluation of Options 52.217-5 (Jul 1990). The contractor shall provide
a completed copy of Offeror Representations and Certifications
-Commercial Items, with it's offer. The provisions and clauses cited in
this solicitation are incorporated by reference to the appropriate
section of the Federal Acquisition Regulation (FAR) or the General
Services Administration Acquisition Regulation (GSAR). A review of
these clauses and provisions will be necessary for you to understand
all aspects of the solicitation. The full text of any FAR clauses,
which are incorporated by reference in this solicitation, may be found
at http://www.arnet.gov/far/. The full text of any GSAR clauses can be
made available by the contracting officer. The contractor shall provide
GSA a certification that 1% of the revenue generated by this agreement,
shall be rebated. The SIC code for this acquisition is 4812. Statement
of Work: GSA intends to award a Fixed-Price, Indefinite Delivery,
Indefinite Quantity contract(s) which will allow direct ordering of the
above described service and equipment on a nonmandatory basis by the
agencies and activities named below, as a source of supply for the
supplies and services described herein, for delivery either within the
48 contiguous States, and Washington, D.C., and contracts on a
worldwide basis. Resultant contract(s) shall also be used for delivery
to Alaska, Hawaii, the US Virgin Islands, the Marianas and the
Commonwealth of Puerto Rico. (1) All Federal agencies and activities in
the executive, legislative, and judicial branches; (2) Government
Contractors authorized in writing by a Federal agency pursuant to 48
CFR 51.1; (3) Mixed ownership Government corporations (as defined in
the Government Corporation Control Act); (4) The Government of the
District of Columbia; (5) Other activities and organizations authorized
by statute or regulation to use GSA as a source of supply. (Questions
regarding activities authorized to use this contract should be directed
to the Contracting Officer.) Articles or services may be ordered from
time to time in such quantities as may be needed to fill any
requirement, subject to the Order Limitations thresholds which will be
specified in resultant contracts. Overseas activities may place orders
directly with the Contractor(s) for delivery to CONUS port, a
consolidation point, or as specified in each order. A highly desirable
but non-mandatory feature shall be that the subscriber have one
number, which can be called from anywhere dial service is available.
Available features shall be voice, paging, voice mail, data, imaging,
and facsimile. Switching among media (e.g. satellite to cell service or
cell to cell) shall be transparent to the user. In its proposal, the
offeror shall describe system to detect fraud and procedures for
crediting customers for fraud and billing errors. Equipment types
offered shall be hand-held, transportable (for emergency deployments or
for use in isolated areas), vehicular mounted, sea borne, air borne,
and any other commercially available types. The offeror shall propose
all equipment commercially available at contract award, and shall
propose new equipment when it becomes available. Security encryption of
terminal devices shall be addressed as either service, equipment or
both. Contractor shall secure radio frequency links to include
communication channels and control channels. Service shall support
government owned encryption equipment to ensure end-to-end security.
Billing shall be direct to the individual ordering government entity as
specified when the service/equipment is ordered, and will be in US
Dollars. Billing format shall be as provided to commercial customers.
Payment shall be by government credit card, electronics funds transfer,
or check. Pricing shall embed a 1% General Services Administration
management fee, which shall not be itemized. As an example, if a
customer's total bill is $100, $1 will cover the service fee and $99
will cover the service/equipment. Pricing for service shall be provided
as domestic, international, or a combination of domestic
andinternational. Ordering shall be direct by the individual ordering
government entity to the contractor. The means of ordering shall
include all of the following: electronic data interchange, facsimile,
online, electronic mail, or by telephone. Year 2000 compliance is
mandatory. All systems, which interface in any way with the customer
such as billing systems, communications systems, ordering systems, and
equipment, shall continue to operate unaffected by change of year,
century digits, or leap year. The contractor shall provide customers
the following customer service as a minimum: 24-hour per day, 7-day per
week toll-free access to their customer service center; procedures for
ordering service; procedures for payment; Government Sales contacts
and telephone numbers; Pricing (with the GSA management fee embedded).
The contractor shall maintain a presence on the World Wide Web (WWW)
for access by government users. The WWW page(s) will provide the
information above as well as a secure ordering page. Information, which
is not unique to the government, may be referred by a hyperlink. The
responsibility for marketing these services and features to government
customers lies with the contractor. All responsible sources may submit
an offer which will be considered.***** Posted 08/19/98 (W-SN239221).
(0231) Loren Data Corp. http://www.ld.com (SYN# 0038 19980821\D-0012.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|