|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 26,1999 PSA#2269Department of the Treasury (DY), Financial Management Service, 401 14th
Street, SW, Washington, DC 20227 D -- CELLULAR PHONES AND MAINTENANCE SOL FHQ99R01238 DUE 020299 POC
Betty Wallace (202) 874-7126 E-MAIL: Cathy.Riddick@fms.sprint.com,
Betty.Wallace@fms.sprint.com. This requirement was previously announced
under Submission No. 286722 on January 11, 1999. Amendment No. A01 is
issued to extend the due date for receipt of proposals, respond to
questions, and to delete the pager requirement from the RFP. The pager
requirement has been submitted to Commerce Business Daily under
RFP-FHQ99R01245. The closing date for submission of offers has been
extended to 2:00 P. M., February 2, 1999. Questions and answers are as
follows: Question: 1. By mandating that the exchanges for the pagers
and cellular phones remain 973-XXXX and 494-XXXX, respectively, your
agency is fundamentally eliminating a competitve bid opportunity for
other companies. Exchanges are bought and sold for the telephone
companies and specific exchanges cannot always be procured at will. In
light of the Government's overall desire to create a fair and level
playing field, would DOT/FMS consider dropping this mandatory
requirement from this bid to allow a fairer bid opportunity? Answer:
Cellular phone numberscan be changed to a different exchange without
effecting operations, so the requirement for cellular phones will be
deleted. Unfortunately, FMS will face serious operational issues if
pagers are changed to a different exchange. Numerous end-users have
been working with the existing numbers for as long as seven years and
if FMS changed, our users would have no assurance that their call for
emergency service went through and would just have to keep trying --
perhaps to inactive numbers. FMS would not know and the result is that
operations would easily be comprised, i.e. FMS could be stopped in
producing paychecks and on emergencies being remedied promptly. FMS can
not change pagers to a different exchange because of this requirement
of other government agencies we serve. Question: 2. Is the Government
requiring that the bidding vendors submit pricing based on new, state
of the art equipment or used equipment? Response: FMS is requiring new
equipment. Question: 3. What are the "transitional costs", that FMS is
seeking to avoid? (By revealing this information, PageNet and other
wireless companies may be able to submit alternate cost effective
solutions). Response: FMS is seeking to avoid traditional investment
costs for pager changes. They include such items as: redoing all
pertinent procedures, insuring coordinated notification of all users
and phasing in or different equipment and procedures without failure
and, phasing out of all obsolete procedures and equipment. These costs
are not trivial since a large number of people are involved at
different locations and operating shifts. FMS has to provide a premium
level of service without any interruptions. Question: 4. Would FMS
consider receiving the pagers and cellular phones prior to 2/15/99 to
build in a transition timeframe into the bid process? (This timeframe
would be at no cost to the Government and eliminate having to pay an
incumbent and new vendor if awarded). Response: The period of
performance starts on March 1, 1999.Question 5. Who are the incumbent
vendors? Response: Bell Atlantic-Nynex Mobile (cellular phones) and
MobileComm (pagers). This announcement constitutes the only
solicitation. Proposals are being requested and a written solicitation
will not be issued. This request for proposal is for cellular
telephones and maintenance service for the Department of the Treasury,
Financial Management Service (FMS). All cellular phones will be
delivered to 3700, East West Highway, Hyattsville, MD 20782. Proposals
are due by 2:00 P. M. February 2, at the following location:
Department of the Treasury, FMS, Liberty Center Building, 401-14th
Street, S. W., Washington, DC 20227 Attn: Betty Wallace. I. DESCRIPTION
-- FMS has a requirement to provide authorized personnel with cellular
telephones and maintenance in order to maintain its' continuous
operations. The minimum number of Government owned cellular telephones
to be maintained will be twenty-seven (27) Portable Cellular phones
and seven (7) Installed Mobile Cellular phones. FMS may require (20)
additional cellular telephones and (1) mobile cellular phone each year
during the contract life. The Government also reserves the right to
trade in cellular phones. II. CELLULAR TELEPHONE TECHNOLOGY
REQUIREMENTS -- The Contractor shall provide cellular phones that
support both Analog and digital service using Code Division Multiple
Access (CDMA) technology. III. CELLULAR TELEPHONE REQUIREMENTS -- All
cellular phones acquired under this contract shall have the same
exchange. Cellular telephones shall have the following features: Signal
strength indicator, Battery strength indicator, Security lockout,
Volume and Ringer Volume Control, Power adapters for a car,Carrying
case and additional and/or replacement batteries IV. COVERAGE- The
Contractor shall provide local coverage to include but not limited to
-- Washington, D.C. and Baltimore, MD. The Contractor shall provide
roaming capability within the Continental of the United States (CONUS).
Coverage of service under this contract shall be for 24 hours per day,
7 days per week, 365 days per year. V. CONTRACTOR FURNISHED ITEMS -The
Contractor shall provide user guides and any associated documentation
provided by the equipment manufacturer. VI. GOVERNMENT STANDARDS -- All
cellular telephones, cellular telephone accessories, and support
maintenance shall be Year 2000 Compliant. VII. MEETINGS -- At the
request of the COTR and/or Contracting Officer, the contractor is
expected to attend agree upon pre-arranged meetings. VIII. PERIOD OF
PERFORMANCE -- The period of performance under this contract shall be
from March 1, 1999 through February 29, 2000, with four one year option
renewals. IX. POINT OF CONTACT The COTR's name and address will be
furnished at contract award. X. TRAVEL AND PER DIEM- The work under
this contract does not require travel outside of the Washington
Metropolitan area; therefore, no travel expenses are allowed. XI. TYPE
OF CONTRACT -- A fixed price contract will be awarded for this
requirement. XII. EVALUATION CRITERIA -- The Government willaward 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 will be used to evaluate offers: Technical capability- The
Contractor shall meet all of the requirements in I thru VIII above.
Past Performance -- The Contractor shall provide revelant corporate
past performance in similar contracts for three locations, which shall
include the following: (1) Name of client, point of contact and phone
number (2) Estimated annual dollar value of contract (3) Type of
services or supplies included in the contract (4) Date of contract
award and term of contract. Price -- The price proposal shall be
accurate and complete and shall consist of the offeror's price to
furnish phones and maintenance services for cellular phones and
portable/installed mobile cellular phones. The Contractor shall also
provide cellular telephone activation fees, peak time per minute
charge, non-peak time per minute charge, analog access monthly charge
per phone, roaming in market area per minute charge, roaming out of
market area per minute charge, basic digital service monthly charge per
phone, text messaging monthly charge per phone and operator assisted
text messaging monthly charge per phone service rate plans, air time
and land time charges if applicable, optional cellular accessories such
as: spare batteries, additional desktop chargers, additional travel
chargers, cigarette lighters adapters and leather cases. The price
proposal shall show pricing for each year separately. Technical, past
performance, and price are in descending order of importance. All
interested vendors may request copies of the 1449 form and all
applicable Commercial Items clauses. XV. SIC CODE -- The SIC Code for
this requirement is 4812, 1500 employees. Posted 01/22/99 (W-SN290626).
(0022) Loren Data Corp. http://www.ld.com (SYN# 0032 19990126\D-0003.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|