|
COMMERCE BUSINESS DAILY ISSUE OF JULY 29,1999 PSA#239816th 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
|
|