|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 14,1998 PSA#2179General Services Administration, Federal Technology Service, Center For
Contract Management And Administration, 13221 Woodland Park Road,
Herndon, VA 20171-3022 D -- NOTICE!! THIS IS AMENDMENT 2 TO THE SOLICITATION REFERENCED
BELOW!! ADDITIONAL OPTIONAL SERVICES ARE ADDED TO THE SOLICITATION.
THERE IS NO CHANGE TO THE DUE DATE. PURPOSE OF THIS SOLICITATION IS TO
PROCURE ALL COMMERCIALLY AVAILABLE SATELLITE BASED WIRELESS TELEPHONE,
PAGER, DATA, FACSIMILE SERV SOL TQNHBC98-0003 DUE 091498 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 TQNHBC98-0003
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 14, 1998, at 4:30 p.m., eastern daylight time.
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) (Mar 1998); 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. Optional services to be provided may
include provision of: Steerable spot beams; Global Positioning System
(GPS) augmentation; Protection against jamming; Protection against
geolocation; Broadcast mode (one to many); Netted communications (many
to many); Defense Information Infrastructure-Common Operating
Environment (DII-COE); Cross-banding; Cross linking. 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. Paymentshall 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 and international. 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 09/10/98 (W-SN248127). (0253) Loren Data Corp. http://www.ld.com (SYN# 0033 19980914\D-0016.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|