|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28,1998 PSA#2169Operational Contracting Office, 8110 Industrial Dr., Suite 200, USAF
Academy, CO 80840-2315 S -- CELLULAR TELEPHONE SERVICE SOL F05611-99-Q0492 DUE 091598 POC
Contact SSgt Ron Hixson, Contract Specialist, 719-333-4085, or Bruce
Taylor, Contracting Officer, 719-333-2733 E-MAIL: Click here to contact
the Contract Specialist via, HIXSONRR.LG@USAFA.AF.MIL. This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in FAR 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. This solicitation
F0561199Q0492 is issued as a request for quotation (RFQ). This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-07. The Standard
Industrial Classification Number is 4812 and the Business Size Standard
is 1,500 employees. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH
REQUEST. Women and small disadvantaged business are encouraged to
submit offers. The proposed contract listed here is unrestricted. Line
Item 0001 -- Cellular Telephone Service as per attached Statement of
Objectives (SOO) -- QTY 12 MO -- UNIT PRICE _______________ TOTAL PRICE
_______________ Statement of Objective (SOO) for Cellular Telephone
Service 1. The vendor must provide cellular telephone service to
include local and long distance service, monthly billing, and cellular
telephone maintenance of currently owned equipment. The new service
must be compatible with government owned cellular telephones.
Currently, there are 297 cellular telephone numbers in use. 2. Must
have an electronic billing system for use by the USAF Academy where
each number can be identified with current monthly charges and minutes
of use (MOU). The electronic billing system must be capable of
providing reports on charges by each USAFA organization. The vendor's
electronic billing system must be compatible with current USAF Academy
computers. -- The vendor must provide a monthly bill or charges -- Air
time, long distance, and ROAM charges must be identified separately for
each telephone number. 3. The vendor must provide a POC with reasonable
access (E-mail and telephone number). The POC must be able to activate
and deactivate numbers, make changes to number identifications, and
account inquires. 4. Must have DSN access on all cellular telephones.
The current procedure is to dial "88" plus the seven digit DSN number.
Request the new vendor provide the same dialing procedure. 5. Vendor
must provide verification of area coverage. Home area coverage must
include the USAF Academy and the Colorado Springs area. 6. Vendor must
provide both analog and digital service. New vendor's service must be
compatible with the government owned cellular telephones. Government
owned cellular telephones are Motorola ultra classic, MC-750, Micro-Tac
Lite, Micro-Tac Lite XL, and Nokia 2160, 6160 and 6162. Cellular
Telephone Service Contract Quality Assurance Procedures. 1. The
vendor's quality of service is monitored through customer complaints.
Cellular telephone service (access, clarity, and equipment
functionality) is very visible or apparent to the customer. If the
customer experiences any difficulty in sound quality, placing or
receiving a call, or equipment operations, SCMP is notified. All
customer complaints are resolved with the vendor, equipment
maintenance, or through customer education. 2. The vendor provides a
monthly itemized bill for service. SCMP sorts the bill by organization
and telephone numbers within the organizations. Several reports are
generated. All bills over $25.00 are sent to the using organization's
telephone control officer (TCO) for verification. The discrepancies are
reported to SCMP by the TCO's and are then resolved with the vendor. 3.
The cost of cellular service is monitored by SCMP on a monthly bases.
This information is maintained in a spreadsheet on USAFANet for all
customers to view. The USAF Academy cellular cost is also briefed to
the USAF Academy Communications Systems Officer (CSO) and organization
chiefs quarterly at the Communications System Information Group
(CSIG). Offerors must comply with all instructions contained in FAR
52.212-1, Instructions to Offerors-Commercial, addenda, acceptance time
period of 70 days. The following additional FAR provisions and clauses
apply: 52.212-2, Evaluation-Commercial Item, the Government will award
a contract resulting from this solicitation to the responsible offeror
whose offer conforming to the solicitation will be most advantageous
to the Government, price and other factors considered. The following
factors shall be used to evaluate offers: 1) Technical acceptable; 2)
Past performance; and 3) Price. Technical acceptable is considered the
most important. Technical acceptable will be evaluated based on the
function and operation of the items. To be technically acceptable the
item shall meet the Government's specifications. Offerors shall submit
descriptive literature, product samples, technical features, and
warranty provisions. Past performance is considered more important than
price. Past performance will be evaluated to ensure satisfactory
business practices and timely performance. Price will be considered as
the least important factor. Price will be evaluated to determine its
fairness, completeness, and reasonableness as it relates to the items
offered. 52.212-3, Offeror Representations and
Certifications-Commercial Items, a completed copy of this provision
shall be submitted with the offer. 52.212-4, Contract Terms and
Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial Items, to
include clauses 1, 2, 3, 6, 7, 8, and 9. DFARS 252.204-7004, Required
Central Contractor Registration, 252.212-7001, Contract Terms and
Conditions Required to Implement Statues or Executive Orders Applicable
to Defense Acquisitions of Commercial Items; 252.225-7001, Buy American
Act and Balance of Payment Program (41 U.S.C. 10, E.O. 10582);
252.225-7036, North American Free Trade Agreement Implementation Act
(Alt I), and 252.232-7009, Payment By Electronic Funds Transfer (CCR).
The following statement apply: IT Statement -- Year 2000 Compliance
Requirement -- All information technology items must be year 2000
compliant, or non-compliant items must be upgraded to be year 2000
compliant by (NOTE: no earlier than 1 Oct 99, but not later than
December 31, 1999). Year 2000 compliant means information technology
that accurately processes dates/time data (including, but not limited
to, calculating, comparing, and sequencing) from, into, and between the
twentieth and twenty-first centuries, and the years 1999, 2000, and
leap year calculation. Furthermore, year 2000 compliant information
technology, shall accurately process date/time data if the other
information technology, shall accurately process date/time data if the
other information technology properly exchanges date/time data with
it. Offers are to be received at the Operational Contracting Office,
8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315, no later
than 3:00 P.M. mountain daylight time on 04 Sep 98. Contact SSgt Ron
Hixson, Contract Specialist, at 719-333-4085 or Bruce Taylor,
Contracting Officer, at 719-333-2733. Posted 08/26/98 (W-SN242231).
(0238) Loren Data Corp. http://www.ld.com (SYN# 0114 19980828\S-0016.SOL)
S - Utilities and Housekeeping Services Index Page
|
|