Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 15,1999 PSA#2475

Department of the Treasury, Financial Management Service (FMS), Acquisition Management Division, 401 14th Street, S.W., Room 454D, Washington, DC, 20227

D -- MAINTENANCE FOR COMMUNICATION SYSTEM AT THE SAN FRANCISCO FINANCIAL CENTER SOL FHQ00Q03679 DUE 112299 POC Pamela Seasonwein, Contract Specialist, Phone (202) 874-6728, Fax (202) 874-7275, Email pamela.seasonwein@fms.sprint.com WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=FHQ00Q03679&L ocID=1763. E-MAIL: Pamela Seasonwein, pamela.seasonwein@fms.sprint.com. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. FHQ00Q03679 is being issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14. The Standard Industrial Classification code is 4813 with a corresponding size standard of 1,500. The Department of the Treasury, 401 14th Street, SW, Washington, DC, 20227, intends to award a purchase order, utilizing simplified acquisition procedures and provisions and clauses for Commercial Items. The vendor will provide monthly telephone service to the San Francisco Financial Center, 390 Main Street, 5th Floor, San Francisco, CA 94105. The monthly telephone services include the following: Line item 1 -- main system switch millennium, including maintenance for shelves, control cards, consoles and power supplies -- 1 ea.; Line item 2 -- T1 circuits -- 3 each; Line item 3 -- 18 button digital station ports -- 144 each; Line item 4 -- 30 button digital station ports -- 14 each; Line item 5 -- DSS unit ports -- 1 each; Line item 6 -- analog and data ports -- 120 each; Line item 7 -- SDI voice mail (16 port) -- 1 each. The vendor shall provide SFC with labor and materials for the maintenance of the above identified system (s) (except equipment owned by the local telephone company and headsets). The vendor shall keep the system in good working condition and repair or replace, at the vendors option, and shall furnish all necessary labor and materials. The vendor shall provide regular service within twenty-four (24) business hours of SFC's request and emergency service (that is, where at least 30% of system trunks are down and/or at least 50% of station trunks are down and/or attendant console is down and/or the Regional Director's telephone is down within two (2) hours of customer's request. FAR 52.212-1, Instructions to Offerors-Commercial applies to this acquisition; FAR 52.212-2, Evaluation-Commercial Items is hereby incorporated by reference. The government will award a commercial item purchase order using simplified acquisition procedures to the responsible offeror whose offer is most advantageous to the government. The offers will be evaluated on the basis of system requirement supportability, past performance, and price. FAR 212-3, Offeror Representations and Certifications-Commercial Items apply to this acquisition. The clauses may be viewed at http://www.arnet.gov/far. Addenda to FAR 52.212-4 include: FAR 52.217-9, Option to Extend the Term of the Contract (Mar 1989); FAR 52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984); FAR 52.222-37, VETS 100 Compliance Report (Jan 1999). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. Interested offerors are required to contact the point of contact (POC) for full text clauses and past performance surveys. Offers are to be received no later than 10am, November 22, 1999. The period of performance is from October 1, 1999 through September 30, 2000 with two (2) 1-year options: Option Year 1, October 1, 2000 through September 30, 2001 and Option Year 2, October 1, 2001 through September 30, 2002. Responses must be in writing and must be received within ten calendar days of publication of this notice. Pricing shall include base year, and option years 1 and 2. Interested vendors who can meet the above requirements should submit technical and cost proposals to Pam Seasonwein. Posted 11/10/99 (D-SN399786). (0314)

Loren Data Corp. http://www.ld.com (SYN# 0022 19991115\D-0002.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page