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