|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 8,1999 PSA#2427Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 W -- 58 LEASE OF PAGERS AND PAGER SERVICE SOL N00244-99-T-B427 DUE
091399 POC FOR GENERAL INQUIRIES YOU MAY CONTACT THE BID OFFICER AT
619-532-2692. FOR CONTRACTUAL QUESTIONS ON THIS SOLICITATION THE POC IS
PENNY ESTRADA AT FAX 619-532-2347 OR E-MAIL
penny_a_estrada@sd.fisc.navy.mil WEB: You may use this link to obtain
additional information, http://www.sd.fisc.navy.mil. E-MAIL: You may
use this link to send an email to the Contracting,
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-B427, 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. IMPORTANT NOTICE: DFARS
252.204-7004 "Required Central Contractor Registration" applies to all
solicitations issued on/after 6/1/98. 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. Call
1-888-227-2423 or visit the Internet at http://www.ccr2000.com/ for
more information. The solicitation will also be available on the Navy
Electronic Commerce Online (NECO) web link http://www.neco.navy.mil and
or on the FISC SAN DIEGO WEB SITE at web link
http://www.sd.fisc.navy.mil. The solicitation number for this Request
for Quote is N00244-99-T-B427 and the closing date is extended to 13
SEP 1999, 3:00 p.m. Pacific Time. This solicitation and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-12. 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 Three 1-Year Option Years.
Performance is anticipated to commence 27 SEP 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. The
requirement is for the lease of paging equipment and service inclusive
of local and nationwide paging services, equipment, parts, batteries,
replacement equipment and other supplies to augment Navy Public Works
center, San Diego's paging service. ALL PRICING IS TO BE AT THE
MONTHLY UNIT PRICE PER ITEM. Base year CLINS 0001 THROUGH 0008: CLIN
0001; Lease of 544 numeric pagers. CLIN 0001AA Option Quantity, up to
10 percent of quantity in CLIN 0001. CLIN 0002; Lease of 426
alphanumeric pagers. CLIN 0002AA Option Quantity, up to 10 percent of
quantity in CLIN 0002. CLIN 0003; Provide Nationwide voicemail for 135
pagers with 30 second greeting and message and 10 hours retention.
CLIN 0003AA Option Quantity, up to 10 percent of quantity in CLIN 0003.
CLIN 0004; Provide local voicemail for 23 pagers with 30 second
greeting, 60 second message. CLIN 0004AA Option Quantity, up to 10
percent of quantity in CLIN 0004. CLIN 0005; Provide Jetmail for 129
pagers with e-mail notification/internet paging. CLIN 0005AA Option
Quantity, up to 10 percent of quantity in CLIN 0005. CLIN 0006; Provide
10 each 800 numbers with 30 minutes free usage for 10 pagers. CLIN
0006AA Option Quantity, up to 10percent of quantity in CLIN 0006. CLIN
0007; Lease of 67 Nationwide numeric pagers. CLIN 0007AA Option
Quantity, up to 10 percent of quantity in CLIN 0007. CLIN 0008; Lease
of 253 Nationwide Alphanumeric pagers. CLIN 0008AA Option Quantity, up
to 10 percent of quantity in CLIN 0008 . One year Option Year (1);
CLINS 0009-0016AA respectively. One year Option Year (2); CLINS
0017-0024AA respectively. One year Option Year (3), CLINS 0025-0032AA
respectively. OPTION YEAR DESCRIPTIONS AND QUANTITYS REMAIN THE SAME AS
THE BASE YEAR. CONTRACTORS ARE REQUIRED TO INCLUDE OPTION YEAR PRICING
IN YOUR QUOTE. STATEMENT OF WORK The requirement is for the lease of
paging equipment and service inclusive of local and nationwide paging
services, equipment, parts, batteries, replacement equipment and other
supplies to augment Navy Public Works center, San Diego's paging
service. PWC's priority is to the WARFIGHTER. COMNAVBASE has assigned
PWC as the Sub-regional planning agent. Duties include but are not
limited toestablishing with the EMO at PWC's Emergency Operations
Center. PWC, currently, has the ability to prioritize their
communications, as do other companies. Our position at PWC is the
affiliation with the WARFIGHTER and "Failure to Provide" adequate
communications will be a major deficiency reportable up to the CNO
level. Therefore, PWC requires an emergency response time of 1 hour,
and a routine response time of 2 hours. The contractor must be able to
supply a specific point of contact to be the principle point of
contact and provide a liaison for day-to-day pager business. The
Contractor shall notify the Contracting Officer's Representative (COR)
during the hours between 7:30 a, am 4:00pm on week days or the Duty
Officer during the hours of 7:30 am through 4:00 p.m. weekends and
Federal holidays, and on week nights should any system
degradation/downtime/failure occur. Notification shall include the type
of problem, expected correction duration, impact, name of person
calling, person's position, and person's telephone number. Contractor
must have a minimum of two (2) VHF (140-160Mhz) paging frequencies
(APCO complaint) coverage, statewide, to include San Clemente Island as
determined by PWC evaluation. The Contractor is required to supply two
(2) transmitters for the local coverage area (?) already serviced by
PWC, (not for extended or expanded coverage), which includes (1)
transmitter, frequency 152.840 MHz, located at Peak Site, on San
Clement Island, and (1) transmitter, located at Pt Loma, at no
additional charge to PWC. an additional transmitter which is 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), may be required for coverage of
the the Naval Hospital in San Diego. This provision, will most likely
require the transmitter, repeater and Radiax cable, unless the
Contractor already has this equipment in place and is to be provided no
additional charge to PWC. The Contractor must have spare power supplies
and transmitters for their equipment, on-site, to provide back up in
case of a power or other equipment failure. The Contractor will not be
required to provide back up equipment for nor to repair existing
Government owned equipment. The Contractor must be capable of providing
programming and billing platform access into PWC Motorola Unipage
Terminal, Model M-15. This access will provide all inventory and
billing functions of PWC COAM pagers at no cost to PWC. Contractor to
provide programming access for all leased units via billing system. PWC
will also require free Internet paging from vendor web site. Coverage
must include all of California, Arizona and Nevada at no additional
cost to PWC. It will be imperative that the company responding to this
Statement of Work, be on PWC's Frequency, 141.950Mhz. or have the
ability to recrystal 770 government owned pagers at no additional
charge to PWC. All leased pagers must also be recrystalized or changed
out, like- for -like, at no cost to PWC. Contractor must be capable of
furnishing software for paging on PWC's LAN and NCTS immediate message
traffic paging at no additional charge to PWC. Contractor must be
capable of providing a 7 digit toll free number to each pager and a 4
digit cap code to be used through "PWC's Consolidate Area Telephone
System (diagram enclosed) at no scost to PWC or their customers. The
7-digit toll free number must remain in the 619 area code. The
contractor must provide technical data information and a clear
definition, (including a clear description), of the system and the
frequencies, it uses to provide paging service in text format. THE
CONTRACTOR MUST ALSO PROVIDE, IN WRITING, IT'S ABILITY TO INSURE Y2K
CAPABILITY. A two-minute response time is required for all pagers lease
and provided under the proposed contract. The Contractor's paging
system must use Telocator Alpha Protocal (TAP), for Alpha Paging, tone
alert multi0beep, Alpha via DID, TDD interface (communications
protocol of the Telecommunicationsdevice 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. 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 this solicitation at the lowest overall price.
THE OFFEROR SHALL SUBMIT PRODUCT LITERATURE AND TECHNICAL DATA THAT
DEMONSTRATES THE PRODUCTS/SERVICES OFFERED MEET ALL REQUIREMENTS STATED
IN THE STATEMENT OF WORK AND THIS SOLICITATION TO BE CONSIDERED
RESPONSIVE TO THIS SOLICITATION. 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 52.217-6 OPTION FOR
INCREASED QUANTITY (MAR 1989), The Government may increase the quantity
by 10 percent of supplies called for in the Schedule at the unit price
specified. The Contracting Officer may exercise the option by written
notice to the Contractor within the period of performance . Delivery
of the added items shall continue at the same rate as the like items
called for under the contract, unless the parties other wise agree. 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 52.232-33 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
252.225-7036, 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. All FAR clauses and provision may be reviewed and/or
obtained from the GeneralServices Administration's Federal Acquisition
Regulation web site at Internet address http://www.arnet.gov/far. 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. IMPORTANT NOTICE: ALL
RESPONSIBLE OFFERORS SHALL INCLUDE THE FOLLOWING INFORMATION TO BE
CONSIDERED: THE OFFEROR SHALL SUBMIT PRODUCT LITERATURE AND TECHNICAL
DATA THAT DEMONSTRATES THE PRODUCTS/SERVICES OFFERED MEET ALL
REQUIREMENTS STATED IN THE STATEMENT OF WORK AND THIS SOLICITATION AND
SUBMIT PRICING, DELIVERY SCHEDULE, PAYMENT TERMS, CAGE CODE, DUNN AND
BRADSTREET NUMBER, TAX IDENTIFICATION NUMBER AND A STATEMENT
INDICATING WHETHER THEY ARE ON THE CCR REGISTRY OR NOT WHEN RESPONDING
TO THIS SOLICITATION TO BE CONSIDERED RESPONSIVE TO THIS SOLICITATION.
Quotes from responsible Offerors to must be received no later that
3:00PM, local time. 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 619-532-2347/2575. 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
09/03/99 (W-SN376624). (0246) Loren Data Corp. http://www.ld.com (SYN# 0121 19990908\W-0002.SOL)
W - Lease or Rental of Equipment Index Page
|
|