|
COMMERCE BUSINESS DAILY ISSUE OF MAY 24,2000 PSA#2607FBI/TCAU, 14800 Conference Center Drive, Suite 300, Chantilly, VA
20151 D -- PAGER SERVICE FOR SAN FRANCISCO SOL RFQ-909731 DUE 060500 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-909731 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 97-16. 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 San Francisco, California: 12
Nationwide Alphanumeric Digital Pagers. Price should 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 a
personal 800 number without PIN. 40 Statewide Alphanumeric Digital
Pagers. Price should 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 a personal 800 number without PIN. 392
Statewide Numeric Digital Pagers. Price should 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 showing an overlay of the
service area covered, to include, at a minimum, coverage within the
San Francisco and Los Angeles metro areas, as well as rural area
Resident Agencies (RAs) such as Eureka, Santa Rosa, and Monterey Bay.
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 alliances 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 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.
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 plus or 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. 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 6/23/00. Service to become effective 7/1/00
and the place of delivery shall be the FBI Field Office at 450 Golden
Gate Avenue, 13th Floor, San Francisco, California, 94102-9523. 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 (Mar 2000).
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 (Feb 2000). 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 (Feb 2000). 52.217-9 Option to
Extend the Terms of the Contract (Mar 2000). 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) 6/5/00. 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-909731 must be listed on the outside of the
submission. BIDDER PACKAGES SHALL INCLUDE ALL INFORMATION REQUESTED
WITHIN THIS SOLICITATION TO BE CONSIDERED. Posted 05/22/00
(W-SN457309). (0143) Loren Data Corp. http://www.ld.com (SYN# 0033 20000524\D-0002.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|