Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 8,1999 PSA#2362

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

W -- LEASE OF PAGERS AND PAGING SERVICES SOL N00244-99-T-0441 DUE 061899 POC Bid Officer at 619-532-2692, fax 619-532-2690; P. Estrada, Contract Specialist 619-532-2650 OR FAX 619-532-2347. WEB: Click here to obtain additional information about FISC, http://www.sd.fisc.navy.mil. E-MAIL: Click here to send an email to Contract Specialist, penny_a_estrada@sd.fisc.navy.mil. This is an amendment to extend the closing date, modify the Statement of Work and purchase descriptions for the Combined Synopsis / Solicitation number N00244-99-T-0441, for Commercial Items. This notice is prepared in accordance with the format in FAR Subparts 12.6 and 13.5, (Simplified Acquisition Procedures, Test Program for Commercial Items), as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION TO BE ISSUED; quotes are being requested and NO FURTHER WRITTEN SOLICITATION WILL BE ISSUED. The solicitation will also be available on the Navy Electronic Commerce Online (NECO) web link http://www.neco.navy.mil. The solicitation number for this Request for Quote is N00244-99-T-0441 and the closing date is extended to 18 JUN 1999, 3:00 p.m. Pacific Time. This amended solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11. This solicitation is UNRESTRICTED. The Standard Industrial Code is 4899. The Federal Service Code is W058. The period of performance is a Base Year and Four 1-Year Option Years. Performance is anticipated to be to commence 01 JULY 1999. The place of delivery shall be the Navy Public Works Center, San Diego, CA 92136. It is contemplated that a Firm Fixed Priced contract/order shall be awarded as a result of this combined synopsis/solicitation. Purchase Description: The requirement is for the Lease of Paging Equipment and Service inclusive of Local and Nationwide Paging Services, equipment, maintenance, parts, batteries, replacement equipment and other supplies to augment Navy Public Works Center, San Diego's paging service. The Contractor must provide priority communications access as established by PWC SD for diasaster and/or emergency communications. The contractor must operate on the same frequency band, (141.950, 158), as PWC San Diego or be able to reprogram a quantity of 1,938 existing government owned pagers at no additional charge. The coverage area must include all of California, Arizona, and Nevada at no additional charge. The contractor must be able to provide a monthly flat rate per pager with no additional charges for overcalls. The contrator must be capable of furnishing software for paging on PWC LAN at no cost to PWC SD. The contractor must provide a 7 digit toll free nubmer to each pager and a 4 digit cap code to be used through PWC'S Consolidated Area Telephone System, (CATS), at no cost to end users. The 7-digit toll free number must remain in the 619 area code. The contractor must provide a clear definition,(including a clear description), of the system it uses to provide service. A two-minute response time is required for all pagers leased and provided under the proposed contract. The Contractor shall have spare power supplies and transmitters on-site to provide back up in case of power failure for equipment provided. The Government will supply spares for Government owned equipment. The contractor's paging system must use Telocator Alpha Protocal, (TAP), for Alpha Paging, tone alert multi-beep, Alpha via DID, TDD interface (communications protocol of the Telecommunications device for the deaf to tap), over dial access from DID trunks and number change notification. The number change notification feature notifies the caller if a pager has changed to a new number. The Contractor's paging system shall be capable of penetrating reinforced concrete structures to include partially lead-lined rooms, and earthquake resistant buildings (with the exception of fully lined x-ray rooms). This provision will require the provision of a transmitter and repeater and Radiax calbe at no additional charge. The contractor shall provide a specific point of contact, (i.e. account representative), to be the principle point of contact and laison for day-to-day pager business transactions. The contractor shall notify the Contracting Officer's Representative, (COR), (for hours of 7:30am -- 4:00pm, Monday through Friday), or the Duty Officer (for all other hours, including weekends and Federal Holidays), should any system degradation, downtime, or failure occur. Notification shall inlcude the type of problem, expected correction duration, impact, the name, phone number and position of person calling. The Contractor shall provide equipment that meets the following minimum requirements: a. Pagers shall have an audible paging signal, audible low battery alarm, and a user selected "silent" mode with vibration signaling. B. Pagers shall be capable of being accessed from any "True Tone" push button telephone. The Contractor shall provide the technical capability to access the pager without having to first obtain an outside telephone line, (i.e., dial "9"), when paging from a telephone connected to the Government CATS system. c. Each transmitter must incorporate a capability to transfer pages to the other transmitter via telephone line for expanded coverage. The DSP shall be capable of using a minimum 1200-baud modem and for the decoder of digital or tone remote control information. d. The antenna system must provide internal and external coverage throughout California, Arizona, and Nevada. e. All necessary connectors or interface devices necessary to achieve the desired coverage will be the responsiblitiy of the contractor, (i.e., power splitters, terminators, ties, connectors, miscellaneous cabling, etc.). In addition to the above, the requirements are as follows: Base year: CLIN 0001; Lease of 544 numeric pagers at $___ per pager/$____ per month. CLIN 0002; Lease of 426 alphanumeric pagers per month at $___ per pager/$____ per month. CLIN 0003; Provide Nationwide voicemail for 135 pagers with 30 second greeting and message and 10 hours retention at $___ per pager/$____ per month. CLIN 0004; Provide local voicemail for 23 pagers with 30 second greeting, 60 second message, at $___ per pager/$___ per month. CLIN 0005; Provide Jetmail for 129 pagers with e-mail notification/internet paging at $___ per pager/$___ per month. CLIN 0006; Provide 10 each 800 numbers with 30 minutes free usage for 10 pagers at $___ per pager/$__ Per month. CLIN 0007; Lease of 67 Nationwide numeric pagers at $___ per pager/$____ per month. CLIN 0008; Lease of 67 Nationwide Alphanumeric pagers at $___ per pager/$____ per month. One year Option Year (1); CLINS 0009-0016 respectively. One year Option Year (2); CLINS 0017-0024 respectively. One year Option Year (3), CLINS 0025-0032 respectively. One year Option Year (4), CLINS 0033-0040 respectively. Contractors are required to include Option year pricing in your quote. Evaluation: The government intends to issue a single award to the responsible Offeror whose offer is the most advantageous to the Government offering the greatest value considering price and other factors. Award will be made to the Offeror meeting the requirements stated in the above at the lowest overall price. To be determined technically acceptable the Offeror must furnish product literature that demonstrates the products/services offered meet all requirements stated in the above purchase descriptions. Alternate proposals to satisfy the requirements will be considered. The following clauses and provisions are applicable and hereby incorporated into the solicitation by reference: FAR 52.212-1, Instructions to Offerors, FAR 52.212-3, Offeror representations and Certifications -- Commercial Items, FAR 52.212-4, Contract terms and Conditions -- Commercial Items, FAR 52.212-5, Statues and Executive orders- Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, employment Reports on Special Disabled and Veterans, and Veterans of Vietnam Era, FAR 52.217-8 Option to Extend Services, FAR 52.217-9 Option to Extend the Terms of the Contract (MAR 1989), FAR 52.219-8,Utilization of Small Business Concerns; FAR 52.219-9 Small Business Subcontracting Plan; FAR 52.232-33 Mandatory Information for Electronic funds Transfer Payment (Aug 1996), FAR 52.203-6, Restrict1ions on Subcontractor sales to the Government with Alt I,, FAR 52.225-18 European Community Sanctions for End Products, Far 52.239-1 Privacy or Security Safeguards, FAR 52.215-5 Facsimile Proposals, DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFAR 252.212-7001, Contract terms and conditions applies with the following clauses applicable for paragraph (b): DFAR 252-205-7000 Provision of information to Cooperative Agreement Holders, DFAR 252.219-7003, Small Business and Small Disadvantage Business Subcontracting Plan(DOD)(15 U.S.C.637); DFAR 252.225-7036, North American Free Trade Agreement Implementation Act; DFAR 252.225-7007 Trade Agreements -- Balance of Payments, DFAR 252.225-7012 Preference for certain domestic commodities, 252-225-7036 Buy American Act -- North American Free Trade Agreement Implementation Act, DFAR 252-227-7015 Technical Data -- Commercial Items, DFAR 252.227-7037 Validation of Restrictive Markings on Technical DATA, DFAR 252.243-7002 Certification of Request for Equitable Adjustment, DFAR 252.247-7024 Notification of Transportation of Supplies. Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror representations and Certifications -- Commercial Items, DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items: and addendum clause DFARS 252-225-7035, Buy American Act-Balance of Payments Program Certificate. Year 2000 Warranty -- Commercial Supply Items SEP 1996, The contractor warrants that each hardware, software, and firmware product delivered under this contract shall be able to accurately process date data (including, but not limited to, calculating, comparing, and sequencing) from into and between the twentieth and twenty-first centuries, including leap year calculations, when used in accordance with the product documentation provided by the Contractor, provided that all products used in combination with product properly exchange date data used with it. If the contract requires that specific listed products must perform as a system in accordance with the foregoing warranty, then that warranty shall apply to those listed products as a system. 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 contractor's standard commercial warranty or warranties contained in the contract, 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 repair or replacement of any listed product whose non-compliance is discovered and made known to the contractor in writing with ninety (90) days after acceptance. Nothing in this warranty shall be construed to limit any rights or remedies the Government may otherwise have under this contract with respect to defects other than Year 2000 performance. Deliveries from a resulting contract shall be delivered F.O.B. Destination. IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on/after 01 June 1998. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Vendors may call 1-888-227-2423 or visit the CCR website on the Internet at http://ccr.edi.disa.mil/ccragent/plsql/ccr.welcome for more information or to register on-line. All responsible Offerors are to submit pricing, delivery schedule, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Quotes from responsible Offerors to must be received no later that 3:00PM, local time, 18 JUNE 1999. Quotes sent via the us Postal service should be mailed to the Fleet and Industrial Supply Center, San Diego, Bid Officer, 937 N. Harbor Drive, San Diego, CA 92132-0212. Quotes may be faxed to 619-532-1088/2347/1089. Contractors are responsible for all faxes. Hand carried offers must be delivered directly to and placed in the depository located at FISC Regional Contracts Dept., Building 1, 2nd Floor Bid Desk, room 207, 937 N. Harbor Drive, San Diego, CA 92132. Direct delivery is only possible during weekdays, excluding Federal Holidays, between the hours of 8:00am and 3:00pm Pacific Time. Posted 06/04/99 (W-SN339567). (0155)

Loren Data Corp. http://www.ld.com (SYN# 0099 19990608\W-0001.SOL)


W - Lease or Rental of Equipment Index Page