Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28,1998 PSA#2169

Operational 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