Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 29,1999 PSA#2398

16th Contracting Squadron, 350 Tully Street, PO Box 9190, Hurlburt Field, FL 32544-9190

D -- NATIONWIDE PAGER SERVICES SOL F08620-99-R0029 (SN354429) DUE 080699 POC Sam Doswell, Contacting Specialist, (850) 884-3267, Gloria Dulin, Contracting Officer, (850) 884-1258 E-MAIL: Click her to contract contracting specialist via e-mail, doswells@hurlburt.af.mil. 1. P!! 2. 0715!! 3. 99!! 4. N/A!! 5. 32544-9190!! 6. D!! 7. 16th Contracting Squadron, P.O. Box 9190, Hurlburt Field, FL, 32544-9190!! 8. D -- Nationwide pager services!! 9. F08620-99-R0029!! 10. 080699!! 11. Contact Sam Doswell, 850-884-3267/Contracting Officer, Gloria Dulin, 850-884-1258!! 12. N/A!! 13. N/A!! 14. N/A!! 15. N/A!! 16. N/A!! 17. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation 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 F08620-99-R0029 is issued as a Request for Proposal, under the simplified acquisition procedures test program unrestricted. The SIC code is 4812. This is an unrestricted acquisition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12. The contractor shall provide local, regional, and nationwide numeric and alphanumeric pager service and leased pagers. Hurlburt Field presently owns 344 numeric pagers and 2 alphanumeric pagers that operate on 152.480 MHz. Estimated number of pagers to be leased is 177. Estimated total number of pagers (leased and government owned) to be used is 523. Local service must include Okaloosa, Santa Rosa, Escambia, and Walton counties. Services shall include: (1) Local and nationwide paging service including Web messaging (LAN text based messaging) with 256 characters desired (the minimum is 180 characters). (2) Group paging for all levels. (3) An inventory control program identifying type of service and number of leased pagers (including pager model number, cap code, pager number, and pager type) used by each organization shall be submitted monthly. (4) Replace non-working leased pagers within 24 hours (programmed with the same number). Pricing shall be as follow with all pricing reflecting priority paging (include any limits on number of pages per month for each service offered and cost per page over this limit): (1) Monthly nationwide service for numeric and alphanumeric pagers with and without leased pagers, including cost for each nationwide page above any set limit (2) Cost for recrystalization or trade-in of government owned pagers on a unit price basis. In addition the following must be provided: (1) Warranty, replacement provisions, and training (2) Calculation and charge for overcalls for each organization 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 until the account exceeds 1000 pages for that organization) (3) Past performance references for the last three contracts of a recent and relevant nature. (4) Brand name, models, and features, of pagers offered. 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 15%. Any resulting contract shall include the option to increase or decrease the number of pagers over the term of the contract by 45% 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 two one-year options to be awarded no later than 30 Aug 99. Service to become effective 1 Oct 99 and the place of delivery shall be Hurlburt Field, Florida. Federal Acquisition Regulation (FAR) provision 52.212-1 Instructions to Offerors -- Commercial Items (Aug 1998) applies to this acquisition and includes the following addenda: (1) Add to paragraph (b)(10), "The offeror shall identify past contracts performed within the last three years for efforts similar to this acquisition. If the offeror does not include the required past performance information with their proposal, they may be removed from further consideration. (2) Add the following paragraphs: (b)(12), "Each offeror shall submit their signed and dated offer (signed by an official authorized to bind your organization in a contract) in one original and three copies to 16th Contracting Squadron, Attn: Sam Doswell, P.O. Box 9190, 350 Tully Street, Hurlburt Field, Florida, 32544," Proposals must be received no later than 4:00 PM Central Time, 2 Aug 99. This offer shall include pricing, past performance references, completed representations and certifications, and an original and three printed copies of oral presentation material. All proposals must be submitted in hard copy. The proposal number F08620-99-R0029 must be listed on the outside of the submission. No faxed proposals will be accepted. Information regarding this solicitation may be obtained by contacting Sam Doswell at (850) 884-3267 between the hours of 7:00 AM and 3:00 PM central time or e-mail doswells@hurlburt.af.mil. (b)(13) Oral presentations shall be provided by each offeror. After the receipt of offers the 16th Contracting Squadron will schedule oral presentations for the week of August 16-20 by drawing lots. Presentations will be in the 16th Contracting Squadron's Conference Room at 350 Tully Street, Hurlburt Field, Florida. The conference room seats approximately forty and has a rear projection room, which has capability to present computer generated presentations (PowerPoint, Excel, Word 6). Information to be presented will be on: type of pagers to be used, type services available, service area, recrystalization or trade-in of government owned pagers, on-line invoicing program, and the inventory control program to be used. Overhead or PowerPoint presentations documenting the main points shall be used, with an original and three printed copies forwarded with the written portion of the offer. Price and cost will not be included with the oral portion of the proposal. Each presentation shall be limited to two hours. It is not the intention of the government to conduct discussions (as defined in FAR 15.601 and 15.610) during the presentations. However, the government retains the right to enter discussions if it will be in the best interest of the government. The 16th Contracting Squadron reserves the right to reschedule presentations. (3) Add to paragraph (d), "Each offeror shall provide with their offer one pager of the type they intend to use as a leased pager." (4) Paragraph (h) is changed to read, "Award will be made to a single offeror based on the evaluation factors listed in FAR 52.212-2. (5) Add: (k) DFARS 252.204-7004, Required Central Contractor Registration (MAR 1988), is added by reference. The significant evaluation factors under FAR 52.212-2 Evaluation -- Commercial Items (Oct 1997), in relative order of importance are: (1) Past performance: References provided will be contacted to validate the offeror's ability to provide service which meets the requirements of customers and the adherence to the delivery schedule (2) Technical capability: The capability to provide (a) local and nationwide coverage (b) World Wide Web messaging, (c) group paging, (d) frequency to be used, (e) area included in local coverage, (f) Recrystalization or trade-in of government owned pagers, (g) brand name, model, and features of pagers to be used, and (h) pager reliability for relaying messages, and (3) Price. Trade-Off Process: The Government will make award to the responsible offeror whose offer conforms to the solicitation and is the greatest value to the Government, considering the technical and price factors listed above. For this solicitation, past performance and technical capability, when combined, are significantly more important when compared to price. When technical capability proposals are evaluated as essentially equal, price may be the deciding factor. The Government will also evaluate the offeror's ability to follow the proposal preparation instructions set forth in this solicitation. Information given by the offeror in the oral presentation portion of the offer will be used in the evaluation process. Proposals shall be accompanied by completed representations and certifications found in FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 1998). Available at web site http://farsite.hill.af.mil/. FAR Clause 52.212-4 Contract Terms and Conditions -- Commercial Items (Apr 1998) applies. Under FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Oct 1998) the following clauses under paragraph (b) apply: (11) 52-222-21, (12) 52.222-26, (13) 52.222-35, (14) 52.222-36, (15) 52.222-37, and (22) 52.239-1. The following additional requirements/terms and conditions apply: (1) 52.216-18, Ordering (Oct 1995), with blanks filled in to read, "...from 1 Oct 99 through the end of the contract (which depends upon the exercise of options), (2) 52.216-19, Order Limitations (Oct 1995), with blanks filled in to read, "(a)...less than $50.00...," "(b)(1)...in excess of $50,000...," "(b)(2)...in excess of $100,000...," "(b)(3)...within five days...," (3) 52.216-21, Requirements (Oct 1995) with blanks filled in to read, "(f)...after 1 Sep of the last contract period," (4) 52.217-9 -- Option to Extend the Term of the Contract (Mar 1989), (5) 52.217-9 Option to Extend the Terms of the Contract (Mar 1989) with blanks filled in to read, "(a)...within 30 days...," "(c)...shall not exceed three years six months," (6) 52.232-18 Availability of Funds (Apr 1984), (7) 52.232-33 Mandatory Information for Electronic Funds Transfer Payment (Aug 1996), (8) Individual delivery orders will be written to each organization on base that requires this service, and invoicing by the contractor will be made directly to each organization with payment being made by credit card (IMPAC Visa). (9) Year 2000 Compliant -- (a) This clause applies to all systems (hardware, software, and systems comprised of information technology products) used in performance of this contract. (b) Examples of (but not limited to) non-computer information systems: 1. Access devices 2. Analog voice systems 3. Cameras 4. Medical equipment 5. Elevators 6. Security systems 7. Fire control systems 8. Generators 9. HVAC systems 10. Communications systems. (c) The contractor shall provide and maintain systems and equipment that 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. (d) 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. (e) 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: _______________, and (9) 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. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: (1) DFARS 252.212-7001, Contract Terms and conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, with 252.225-7036 (Alt I) under paragraph (b) applying. Addenda: Add DFARS 252.225-7002, Qualifying country Sources as Subcontractors. In addition to the above all Offerors must provide a contractor identification code which is currently the Dun and Bradstreet Data Universal Numbering System (DUNS) number and a Commercial and Government Entity (CAGE) Code. 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 Air Force FAR web site at Internet address http://farsite.hill.af.mil/ except for the Year 2000 Compliant clause which has been printed in this synopsis. ***** Posted 07/27/99 (W-SN359565). (0208)

Loren Data Corp. http://www.ld.com (SYN# 0031 19990729\D-0007.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page