|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 27,2000 PSA#2630FBI/TCAU, 14800 Conference Center Drive, Suite 300, Chantilly, VA
20151 D -- RE-SOLICITATION FOR PAGER SERVICE IN SAN FRANCISCO, CA SOL
RFQ-909731A DUE 071100 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 prepared 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-909731A 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 97-17. 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. A DETAILED NARRATIVE THAT
CLEARLY DELINEATES THECOVERAGE AREA BEING OFFERED FOR EACH SERVICE
INCLUDED (LOCAL, STATE, REGIONAL) IN THE QUOTE SHALL ACCOMPANY ALL
MAPS. THIS DESCRIPTIVE NARRATIVE SHALL IDENTIFY THE NORTH, SOUTH, EAST,
AND WEST BOUNDARIES OF THE COVERAGE BEING QUOTED IN TERMS OF CITIES,
HIGHWAYS, AND/OR STATE BOUNDARIES. ANY QUOTE ACCEPTED BY THE FBI THAT
RESULTS IN A CONTRACTUAL ACCEPTANCE BY THE BIDDER SHALL ENSURE DELIVERY
OF THE DESCRIBED COVERAGE. 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
8/1/00. Service to become effective 8/15/00 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 clausesapply 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 ConditionsRequired to
Implement Statutes or Executive Orders -- Commercial Items (Jun 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) 7/11/00. 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-909731A must be listed on the outside of the
submission. BIDDER PACKAGES SHALL INCLUDE ALL INFORMATION REQUESTED
WITHIN THIS SOLICITATION TO BE CONSIDERED. Posted 06/23/00
(W-SN467836). (0175) Loren Data Corp. http://www.ld.com (SYN# 0021 20000627\D-0004.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|