|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,1999 PSA#2417FBI/TCAU, 14800 Conference Center Drive, Suite 300, Chantilly, VA
20151 D -- PAGER SERVICE SOL RFQ-954636 DUE 090699 POC Ms. Tracie L.
Davidson at (703) 814-4722 or Mr. Paul D. Rankin at (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 RFQ-954636 is issued as a Request for Quotation,
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 97-12.
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 Oklahoma City, Oklahoma: 130 Statewide Numeric
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 without PIN. 40 Statewide Numeric 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. 5 Nationwide 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. Group Call 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, plus areas within the borders of Kansas, Texas, Missouri, and
Arkansas, specifying the names of towns/cities within these borders
where pages may be received. Indicate, also, capability to cover the
areas of Miami, Durant, Tahlequah, Ardmore, Boise City, Woodward,
Pryor, and Elk City, Oklahoma, and their immediate surrounding areas,
for each service proposed. Identify by name and service center address,
if applicable, teaming partner(s) used to ensure complete paging
coverage of all above stated areas. 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 9/23/99. Exercise of
the awarded contract is contingent upon availability of funds and/or
a full appropriation for each new fiscal year. Service to become
effective 10/1/99 and the place of delivery shall be the FBI Field
Office at 3301 West Memorial Road, Oklahoma City, Oklahoma, 73134. 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 thetwenty-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
or Ms. Tracie L. Davidson 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) 9/6/99. 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 or Ms. Tracie L. Davidson at (703)
814-4722 between the hours of 7:30 AM and 4:00 PM EST, Monday through
Friday. The proposal number RFQ-954636 must be listed on the outside of
the submission. Posted 08/20/99 (W-SN370532). (0232) Loren Data Corp. http://www.ld.com (SYN# 0030 19990824\D-0015.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|