Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 8,1999 PSA#2427

Fleet & 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