|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 27,1999 PSA#2270FBI/TCAU, 14800 Conference Center Drive, Suite 300, Chantilly, VA
20151 D -- PAGER SERVICE FOR THE FBI FIELD OFFICE IN DETROIT, MICHIGAN SOL
RFP-800147 DUE 021299 POC Paul D. Rankin (703) 814-4914 This is a
combined synopsis/solicitation for commercial items in accordance with
the format in Federal Acquisition Regulation (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. The
solicitation number RFP-800147 is issued as a Request for Proposal,
under simplified acquisition procedures, test program, unrestricted.
The SIC code is 4812 and the small business size standard is 1,500
employees. The solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-09.
All responsible sources may submit a proposal, which, if timely
received, shall be considered by the Government. The contractor shall
provide rental of the following equipment, to include service, for the
FBI's Field Office in Detroit, Michigan: 282 Statewide Alphanumeric
Digital Pagers. Price should include details related to monthly service
fee, any additional zone and/or regional fees, charges for a personal
800 or 888 number with PIN and charges for personal 800 or 888 number
without PIN. 8 Nationwide Alphanumeric Digital Pagers. Price should
include details related to monthly service fee, any additional zone
and/or regional fees, charges for a personal 800 or 888 number with PIN
and charges for personal 800 or 888 number without PIN. 16 Page sending
devices for use in sending messages to pagers with group paging
capabilities. The proposal shall also include the following information
to be considered: A detailed map showing an overlay of the service area
covered for each service proposed. Detailed pricing for the base year
and all option years for all services and equipment described below.
Warranty, replacement provisions and training. Description of all
ancillary services provided with pricing, including group paging and
battery replacement. All pricing should reflect priority paging.
Calculation and charge for overcalls shall be based on the sum of all
allotted calls per pager, i.e. if each pager is allotted 100 pages and
there are 10 pagers, no charge for overcalls will be assessed till the
account exceeds 1000 pages. Past performance references for the last
three contracts of a similar nature. The number of pagers as stated
above is for proposal purposes only; the actual number of pagers for
the initial base year contract may vary plus or minus the above stated
amount depending on changing requirements, but not more than 10%. Any
resulting contract shall include the option to increase or decrease
the number of pagers over the term of the contract by 50% of the above
stated amount. Price evaluations are based on individual amounts and
options as proposed on a per pager basis. All equipment provided will
be included in the monthly rental fees. Proposals will be evaluated
based on the factors as listed below for a base year contract, plus
four one-year options to be awarded no later than 3/19/99. Service to
become effective4/1/99 and the place of delivery shall be the FBI Field
Office at 26th Floor, P.V. McNamara Federal Office Building, 477
Michigan Avenue, Detroit, Michigan 48226. The following FAR clauses
apply to this acquisition: 52.212-1 Instructions to Offerors --
Commercial Items (Aug 1998). 52.212-2 Evaluation -- Commercial Items
(Oct 1997). The Government will award a contract resulting from this
combined synopsis/solicitation to the responsible Offeror whose
proposal conforming to this synopsis/solicitation will be most
advantageous to the Government, price and other factors considered. The
following factors shall be used to evaluate proposals, price, technical
capability and past performance. Technical and past performance, when
combined are more important than price. Vendors are required to submit
past performance information, including points of contact, on the last
three contracts for similar equipment and service. 52.212-3 Offeror
Representations and Certifications -- Commercial Items (Oct 1998).
Proposals shall be accompanied by a completed representations and
certifications. 52.212-4 Contract Terms and Conditions -- Commercial
Items (Apr 1998). 52.212-5 Contract Terms and Conditions Required to
Implement Statutes or Executive Orders -- Commercial Items (Oct 1998).
52.217-9 Option to Extend the Terms of the Contract (Mar 1989).
52.232-33 Mandatory Information for Electronic Funds Transfer Payment
(Aug 1996). Year 2000 Compliant -- 1. This clause applies to all
systems (hardware, software, and systems comprised of information
technology products) used in performance of this contract. 2. Examples
of (but not limited to) non-computer information systems: a. Access
devices b. Analog voice systems c. Cameras d. Medical equipment e.
Elevators f. Security systems g. Fire control systems h. Generators i.
HVAC systems j. Communications systems 3. The contractor shall provide
and maintain systems and equipment which are year 2000 compliant.
Complete records of all year 2000 compliant inspections performed by
the contractor shall be maintained and made available to the Government
during contract performance. 4. If any of the systems used do not
conform with year 2000 requirements, the Government will require the
contractor to perform any and all services necessary to ensure systems
and equipment conform with year 2000 requirements, at no increase in
contract amount. 5. The rights of the Government and remedies described
in this clause are in addition to all other rights and remedies set
forth in this solicitation. Specifically, the Government reserves its
rights under the Inspection of Services and Termination clauses.
Certification I hereby certify that all systems and equipment utilized
in performance of this contract will be year 2000 compliant.
_________________________________ Name of Organization
_____________________________________Name and Signature of Authorized
Negotiator __________________ Date. Year 2000 Warranty -- The
Contractor represents that the following warranty applies to all
products licensed under this combined synopsis/solicitation. The
Contractor warrants that all products provided under this combined
synopsis/solicitation shall be able to accurately process date/time
data (including, but not limited to, calculating, comparing, and
sequencing) from, into, and between the twentieth and the twenty-first
centuries, and the years 1999 and 2000 and leap year calculations. The
duration of this warranty and the remedies available to the Government
for breach of this warranty shall be as defined in, and subject to,
the terms and limitations of the standard commercial warranty or
warranties contained in this contract or the applicable End User
License Agreement, provided that notwithstanding any provision to the
contrary in such commercial warranty or warranties, the remedies
available to the Government under this warranty shall include an
obligation by the Contractor to repair or replace any such product
whose non-compliance is discovered and made known to the contractor in
writing at any time prior to June 1, 2000 or for a period of six
months following acceptance, whichever is the later date. Nothing in
this warranty shall be construed to limit any rights or remedies that
the Government may otherwise have under this combined
synopsis/solicitation. This warranty shall not apply to products that
do not require the processing of date/time data in order to function as
specified in this combined synopsis/solicitation. In addition to the
listed FAR provisions and clauses all Offerors must provide a
contractor identification code which is currently the Dun and
Bradstreet Data Universal Numbering System (DUNS) number. The selected
Offeror shall also submit an electronic payment form SF-3881 ACH
Vendor/Miscellaneous Payment Enrollment in accordance with the Debt
Collection Act of 1996. A copy of this form may be obtained from the
U.S. Treasury web site address http:/www/ustreas.gov/forms.html. All
FAR clauses and provision may be reviewed and/or obtained from the
General Services Administration's Federal Acquisition Regulation web
site at Internet address http://www.arnet.gov/far/ except for the Year
2000 Compliant clause. A copy may be obtained by sending a FAX'ed
request to Mr. Paul D. Rankin at (703) 814-4787 or (703) 814-4730
between the hours of 7:30 AM and 4:00 PM EST, Monday through Friday.
Signed and dated proposals must be submitted to the FBI, Suite 300,
14800 Conference Center Drive, Chantilly, Virginia 20151, no later than
4:00 PM Eastern Standard Time (EST) 2/12/99. All proposals must be
submitted in hard copy, NO Faxed proposals will be accepted. The
contact for information regarding this solicitation may be obtained by
contacting Mr. Paul D. Rankin at (703) 814-4914 between the hours of
7:30 AM and 4:00 PM EST, Monday through Friday. The proposal number
RFP-800147 must be listed on the outside of the submission. Posted
01/25/99 (W-SN291190). (0025) Loren Data Corp. http://www.ld.com (SYN# 0027 19990127\D-0006.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|