Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 28,2000 PSA#2545

FBI/TCAU, 14800 Conference Center Drive, Suite 300, Chantilly, VA 20151

D -- PAGER SERVICE FOR ALBANY, NEW YORK SOL RFQ-599904 DUE 032000 POC Tracie L. Davidson at (703) 814-4722 or 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-599904 is issued as a Request for Quotation, under simplified acquisition procedures, test program, unrestricted. The SIC code is 3663 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 97-14. 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 Albany, New York: 110 Alphanumeric Digital Pagers. Price should include details for Local, Statewide, Regional, or Nationwide pagers, whichever offers the widest possible coverage per the requirements outlined below. Price should also include details related to monthly service fee, any additional zone and/or regional fees, charges for a personal 800 number with PIN and charges for personal 800 number without PIN. The proposal shall also include the following information to be considered: A detailed map of New York showing an overlay of the service area covered, to include, at a minimum, coverage in the following counties: Albany, Rensselaer, Saratoga, Schenectady, Schoharie, Warren, Washington, Broome, Chenango, Delaware, Cortland, Tioga, Tompkins, Columbia, Greene, Ulster, Clinton, Essex, Franklin, Cayuga, Jefferson, Onondaga, Oswego, St. Lawrence, Fulton, Hamilton, Herkimer, Lewis, Madison, Montgomery, Oneida, and Otsego. In addition, bidders shall show extended coverage capabilities in the following counties within Vermont: Addison, Caledonia, Chittenden, Essex, Franklin, Grand Isle, Lamoille, Orleans, Washington, Bennington, Orange, Rutland, Windham, and Windsor. Indicate any other coverage by county and/or district, with a description of the service plans and associated fees for both local and extended areas for each service proposed. The proposal for the above requirement shall be for the total coverage in order to ensure single billing to the Federal Bureau of Investigation. This may require the contractor to form allegiances with a paging provider(s) to meet this requirement. BIDDERS WHO ARE UNABLE TO SHOW/OFFER COMPLETE COVERAGE EITHER AS A SOLE PROVIDER OR THROUGH A PARTNERING ARRANGEMENT SHALL BE CONSIDERED NON-RESPONSIVE TO THIS REQUIREMENT. 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. Complete description of the pager, such as Motorola, Advisor Gold, etc., being provided, including warranty, replacement provisions, training, and after-hour customer support. Description of all ancillary services provided with pricing, such as group paging and battery replacement. Swap-outs, deletion/addition of pagers, and accountability should be accessible via a separate database, maintained by the Albany Division. 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 until the account exceeds 1000 pages. Past performance references for the last three (3) contracts of a similar nature. Bids received without past performance references shall be considered non-responsive. Bidders shall ensure all reference points of contact, i.e., organization, name, and phone number, are accurate. 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 plusor 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. There shall also be a provision to provide 25% spare pagers on-site for swap out purposes. 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 4/17/00. Service to become effective 5/1/00 and the place of delivery shall be the FBI Field Office at Federal Office Building, 200 McCarty Avenue, Albany, New York, 12209-2095. The FBI reserves the right to make multiple awards as a result of this solicitation. The following FAR clauses apply to this acquisition: 52.212-1 Instructions to Offerors -- Commercial Items(Nov 1999). 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 (Jun 1999). Proposals shall be accompanied by a completed representations and certifications. 52.212-4 Contract Terms and Conditions -- Commercial Items (May 1999). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 1999). 52.217-9 Option to Extend the Terms of the Contract (Nov 1999). 52.232-33 Mandatory Information for Electronic Funds Transfer Payment (May 1999). 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 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. 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) 3/20/00. 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 Ms. Tracie L. Davidson at (703) 814-4722 or Mr. Paul D. Rankin at (703) 814-4914 between the hours of 7:30 AM and 4:00 PM EST, Monday through Friday. The proposal number RFQ-599904 must be listed on the outside of the submission. BIDDER PACKAGES SHALL INCLUDE ALL INFORMATION REQUESTED WITHIN THIS SOLICITATION TO BE CONSIDERED. Posted 02/24/00 (W-SN428301). (0055)

Loren Data Corp. http://www.ld.com (SYN# 0027 20000228\D-0005.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page