Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 10,2000 PSA#2554

General Services Administration, Federal Technology Service (FTS), Acquisition Services Division (6TS-A), 1500 Bannister Road, Kansas City, MO, 64131

D -- MULTIPLE AWARD PROCUREMENT FOR WIRELESS TELEPHONES AND SERVICE FOR FTS WIRELESS STORE SOL 6TSA-00-JAG-0056S DUE 041200 POC Jackie Gentry, Contract Specialist, Fax (816) 823-3322, Email KC-RFP@gsa.gov-- Jackie Gentry, Contract Specialist, Fax (816) 823-3322, Email KC-RFP@gsa.gov WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=6TSA-00-JAG-0 056S&LocID=211. E-MAIL: Jackie Gentry, KC-RFP@gsa.gov. COMMERCIALLY AVAILABLE WIRELESS TELEPHONES AND SERVICES. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations document (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. Solicitation No. 6TSA-00-JAG-0056 is being issued as a request for proposals/quotations (RFP) to procure all commercially available wireless equipment and services, including telephone, PCS, voice mail, data, facsimile etc. GSA intends to make Multiple Award, Firm Fixed-Priced, Indefinite Delivery/Indefinite Quantity contracts which will allow direct ordering on a non-mandatory basis, of the supplies and services described herein, for delivery within the United States and/or Government installations, worldwide. The term of these contracts includes a base period of two (2) years from date of award, with three (3), one-year option periods. The Government will exercise option periods based on good performance, Government need, and availability of funds. The SIC code for this acquisition is 4813, the size standard for this SIC code is 1,500 employees. To allow small businesses an opportunity to compete, we have expanded our solicitation to include Authorized Resellers. We will award to small business entities, whenever possible; however, this procurement is not set-aside for small business participation. The minimum revenue guarantee per contract is $100. The total value of all orders placed against all contracts awarded under this solicitation is anticipated to be no more than $48 million for the term of the contract. There is a maximum ordering limitation of $1 million per delivery order. Successful offerors will be required to coordinate and work closely with GSA's E-Commerce vendor for the GSA/FTS Wireless Store (which will be on-line in late spring of 2000). As changes occur (in pricing, product availability, service options, pricing specials, etc.), it will be the vendor's responsibility to coordinate with GSA's E-Commerce vendor to update the Wireless Store. At any time during the term of this contract, prices for equipment and/or services may be reduced, without GSA approval. The price for specific services and/or equipment items offered under this solicitation cannot be increased during the life of the contract, without a contract modification. The vendor shall maintain a presence on the World Wide Web (WWW) which will be linked to GSA's Wireless Store. The responsibility for marketing these services and features to government customers lies with the vendor. Contracts awarded under this solicitation and Solicitation 6TSA-00-JAG-0007 (issued Oct 1999,closed Nov 1999) will be utilized by Federal agencies for ordering wireless products and services. Before placing an order, ordering offices should consider reasonably available information about the supply or service offered under these contractsby using the FTS Wireless On-Line Store to compare the service offerings of multiple providers. Federal agencies may shop on-line through the FTS Wireless Store to search product specific information, review delivery options to determine the best value selection to meet the agencies' needs. Agencies may also place orders directly with vendors, and pay vendors using the Government-wide commercial credit card. Individual agencies may also request GSA (regional offices) to place orders directly with the wireless vendors, if they choose not to order on-line. Orders at or below the micro-purchase threshold ($2,500) can be placed on-line with any vendor awarded a contract under this solicitation without further consideration. Orders exceeding the micro-purchase threshold but not exceeding the maximum order threshold ($1,000,000), to ensure a "Best Value" determination is made, as required by the FAR, agencies should review the FTS Wireless Store (On-Line Ordering System) or contact GSA contract providers to reviewtheir contract pricing. When determining best value, the agencies may consider the following: special features of the individual products or service; geographic coverage; trade-in considerations; warranty considerations; maintenance availability; past performance; technological capabilities; pricing (monthly charges, activation fees, roaming charges, key feature charges, etc.). Agencies may request special volume discounts for individual orders for larger quantities. Pricing shall embed a 2% General Services Administration management fee, which shall not be itemized. As an example, if a customer's total bill is $102, $2 will cover the service fee and $100 will cover the service/equipment. This fee will be remitted to GSA (6TT), Attn: Angie DiFidi, 1500 E. Bannister Rd, Rm. PO04A2, Kansas City, MO 64131-3088, by the end of the month following the billing date, unless other arrangements are made. The means of ordering shall include all of the following: electronic data interchange, facsimile, online (through GSA Wireless Store), electronic mail, or by telephone. Billing/Invoicing shall be direct to the Government entity, as specified, on individual delivery orders. Payment shall be made by credit card, electronic funds transfer, or check. Credit cards are the only payment method available through the Wireless Store; therefore, vendors must accept Government credit cards. A complete proposal consists of 1) a signed SF1449, 2) Completed and signed, Representations and Certifications- Commercial Items -- FAR 52.212-3 (6/99), 3) Technical Proposal consisting of: (a) proof of valid FCC license or distributorship, as specified above, (b) past performance references, (c) Offeror's proposal for fraud detection system (the offeror shall describe their system's ability to detect fraud and procedures for crediting customers for fraudulent calls and billing errors), (d) commercial literature consisting of brochures and descriptive literature for all commercially available services and equipment, (e) geographical coverage being proposed, offerors may identify their service areas in any manner, including a pictorial presentation., 4) the procedures for ordering services, procedures for payment, and your Government Sales Representatives with telephone numbers. 5) Pricing (your Best Commercial Pricing with GSA management fee embedded). The Offeror shall provide service and equipment combinations which provide the best price advantages to the Government and any discounts for which the Government would qualify, based on quantities of equipment/services. Pricing submitted by vendor shall consist of monthly service plans, including rates for additional usage, cost of features (voice mail, facsimile, data, etc.) and available equipment and accessories. Submit your best commercial pricing initially, as the Government reserves the right to award without further discussions. Evaluation of proposals will be based on technical capability, past performance, and price reasonableness. Offerors providing proof that they are valid license holders, or an Authorized Distributor or Authorized Reseller of a valid licensee shall be deemed technically qualified. Past performance shall be determined based on ratings provided by existing customers of Offeror. The Offeror shall submit five (5) customers for whom the Offeror is currently providing service. Whenever possible, Offerors shall provide current Federal customers, for whom the offeror has provided services of the same scope and magnitude, to those proposed under this solicitation. The Offeror shall provide a customer listing which includes the Organization, customer contact name, telephone and fax number, E-mail address and a short description of the services provided. All offerors who are deemed technically qualified and whose past performance is determined to be acceptable and whose proposed prices are determined to be fair and reasonable, shall be awarded contracts under this solicitation. Therefore, the elements of technical capability (authorized Licensee/distributor/reseller and past performance) are Go/No-Go criteria. The following FAR/GSAM clauses will be included verbatim in any resulting contract, therefore the clauses will not be modified in any manner: FAR52.212-1-Instructions to Offerors -- Commercial Items(6/99); FAR52.212-3-Offeror Representations and Certifications-Commercial Items(6/99); FAR52.212-4-Contract Terms and Conditions -- Commercial Items(5/99); FAR52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items(5/99); FAR52.215-19-Notification of Ownership Changes(10/97); FAR52.216-18 Ordering(10/95); FAR52.216-22-Indefinite Quantity(10/95); FAR52.216-27 Single or Multiple Awards(10/95); FAR52.217-2-Cancellation Under Multi-year Contracts(10/97); FAR 52.217-3-Evaluation Exclusive of Options(4/84); FAR52.217-8-Option to Extend Services(11/99); FAR52.217-9-Option to Extend the Term of the Contract(3/89); FAR52.219-8-Utilization of Small Business Concerns(10/99); FAR52.219-9-Small Business Subcontracting Plan(10/99); GSAM552.212-71-Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items(9/99); GSAM552.212-72-Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to GSA Acquisition of Commercial Items(9/99). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14. A review of these clauses and provisions will be necessary for you to understand all aspects of the solicitation. The full text of any FAR/GSAM clauses, which are incorporated by reference above, may be found and downloaded from the World Wide Web at R6.GSA.GOV/FTS/CURRENTFRAME.HTML. Also, a formatted version of this solicitation is available at this web site. This solicitation shall close on APRIL 12, 2000. All proposals are due no later than 3:00 p.m., CST., APRIL 12, 2000, at the following address: GSA, Office of Business and Support Services (6ADB), 1500 E. Bannister Road, Rm. 1161, Kansas City, MO 64131-3088. Mark outside of package with solicitation number and due date. No fax or email proposals will be accepted. All responsible sources may submit an offer which will be considered. Inquiries regarding the solicitation will be accepted by FAX at 816-823-3322 or via email at KC-RFP@gsa.gov. Posted 03/08/00 (D-SN432543). (0068)

Loren Data Corp. http://www.ld.com (SYN# 0028 20000310\D-0004.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page