|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 1,1999 PSA#2423FBI/TCAU, 14800 Conference Center Drive, Suite 300, Chantilly, VA
20151 D -- CELLULAR PHONE SERVICE SOL RFQ-825300 DUE 091499 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-825300 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 New Haven, Connecticut. The
proposal shall include the following information to be considered:
Detailed pricing for the base year and all option years for all
services and equipment described below. 105 cellular phones with
digital capabilities, 15 of which will include a desktop charger and
hands free car kit; -- complete description of all cellular phones
being proposed, including capabilities, warranties, and replacement
policy. All hardware costs should take into consideration the service
commitment for a base year, four one year options, and prevailing
competitive market conditions; -- complete listing of all accessories
for each phone, such as, but not limited to a spare high capacity
battery, a cigarette lighter (12v) adapter, belt clip, desktop
chargers, hands free car kits, etc.; -- a map of the total service
area, which incorporates the following outlying counties: Litchfield,
Hartford, Tolland, Windham, New London, Middlesex, New Haven, and
Fairfield, as well as Eastern Massachusetts, Western Massachusetts, and
New York City. Any proposal submitted should clearly stipulate how
thesecities/counties are covered and provide the most cost effective
means of coverage, including extended calling areas, and teaming
arrangements with other local cellular providers. Indicate all coverage
by county and/or district, with a description of the service plans and
associated fees for the local calling area and any extended calling
area; -- each calling plan description shall include charges for basic
service and charges for prime and non-prime usage over and above the
basic plan free time usage, access fees if any, and termination charges
as applicable; -- all base plan usage shall be pooled (aggregate
billing). As an example, if each phone's base plan includes 100 minutes
of free usage and there are 10 phones, no additional usage charges
shall apply until the total account exceeds 1,000 minutes used; --
description of all digital features and charges if any, such as, but
not limited to, call forwarding, call waiting, voice mail, pager
service, digital messaging service, etc.; and -past performance
references for the last three contracts of a similar nature. All
respondents are encouraged to provide a variety of calling plans that
would reflect the best value to the government. The number of cellular
phones as stated above is for proposal purposes only; the actual
number of cellular phones 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 cellular
phones 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 cellular phone basis. 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 10/23/99. 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 11/1/99 and the place of delivery shall be the FBI Field
Office at 150 Court Street, 5th Floor, New Haven, Connecticut, 06510.
The following FAR clauses apply to this acquisition: 52.212-1
Instructions to Offerors -- Commercial Items (Aug 1998). 52.212-2
Evaluation -- Commercial Items (Jan 1999). 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 (Feb 1999). Proposals shall be
accompanied by completed representations and certifications. A copy of
these representations and certifications must be submitted with
proposal. 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 (Mar 1999).
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 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. 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 provisions and clauses 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 between the hours of 7:30 AM and 4:00 PM EST, Monday through
Friday. Two (2) copies of a signed and dated proposal 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)
9/14/99. 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-825300 must be listed on the outside of the submission. Posted
08/30/99 (W-SN374023). (0242) Loren Data Corp. http://www.ld.com (SYN# 0031 19990901\D-0019.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|