|
COMMERCE BUSINESS DAILY ISSUE OF JULY 3,2000 PSA#2634Department of the Treasury, Departmental Offices/Procurement Services
Division (DO/PSD), Procurement Services Division (PSD), 1310 G Street,
N.W., Suite 400 East, Washington, DC, 20220 D -- LEASE OF PAGERS SOL A-00-0021 DUE 071400 POC Minnie Wright,
Contract Specialist, Phone 202-622-0209, Fax 202-622-2343, Email
minnie.wright@do.treas.gov -- Harry Shank, Contracting Officer, Phone
202-622-9392, Fax 202-622-2343, Email WEB: Visit this URL for the
latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=A-00-0021&Loc
ID=1768. E-MAIL: Minnie Wright, minnie.wright@do.treas.gov. The
Department of the Treasury, Departmental Offices, Procurement Services
Division, Room 1310 _G,_ Suite 400 E, 1500 Pennsylvania Avenue NW,
Washington, DC 20220, is issuing this combined synopsis/solicitation
for commercial items prepared in accordance with Federal Acquisition
Regulation Subpart 12.6, as supplemented with additional information
included in this notice, for the lease of pagers. This announcement
constitutes the only solicitation; proposals are being requested and a
written solicitation will not be issued. Solicitation Number A-00-0021
is a Request for Proposal (RFP), under simplified acquisition
procedures, test program, unrestricted. The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-18. This solicitation is open to any
responsible and responsive vendor. The SIC is 7359 and the small
business standard is $5 Million. The Department of the Treasury,
Departmental Offices, has a requirement for the lease of alphanumeric
nationwide pagers, approximately 210 each, nationwide numeric pagers
approximately 165 each, local numeric pagers, approximately 273 each,
and executive voice mail with alphanumeric pagers, approximately 1
each. Coverage for alphanumeric nationwide and nationwide pagers shall
cover the Continental United States. These pagers shall include a
numeric and/or an alpha message. Local coverage for regular pagers
shall include the Baltimore, Maryland area to the north; Annapolis,
Maryland to the east; west to Front Royal, Virginia, and south to the
Fredericksburg, Virginia area and can receive and transmit a numeric
page. Each pager shall have as a minimum, but not limited to, a variety
of alert signals such as standard beeps, silent vibration, and flashing
light indicator. Each alphanumeric pager shall have the ability to
duplicate messages without using additional memory space. A dedicated
dispatch operator shall be set up for the Departmental Offices_
Department of the Treasury users only. The Government will award a
contract using _best value_ methodology resulting from this combined
synopsis/solicitation to the responsible Offeror whose conforming
proposal will be most advantageous to the Government, price and other
factors considered. The following factors shall be used to evaluate
proposals: (1) technical capability, (2) past performance, and (3)
price. Technical capabilities are more important than past performance
and price. Past performance is more important than price. Technical
Capabilities: Provide a statement that shows an understanding of the
requirement and how this requirement will be managed, 2) Past
Performance: Provide three references. Include company name, contract
number, point of contact and telephone number(s), and 3) Price. Award
of this contract shall be subject to the availability of funds. The
following FAR Clauses and provisions listed below are incorporated and
made a part of this solicitation: 52.212-1, Instruction to Offerors _
Commercial and 52.212-2, Evaluation _ Commercial Items (a) The
Government will award a contract resulting from this solicitation to
the responsible offeror whose offer conforms to the solicitation
requirements and is the most advantageous to the Government, price and
other related factors considered; 52.212-3, Offeror Representations
and Certification _ Commercial Items (Feb 2000) (a) the contractor
shall include a completed copy of the provisions with their offer;
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 (Jun 2000). 52.217-8 Option to
Extend Services (Nov 1999). 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. Communication systems 3. The contractor
shall provide and maintain systems and equipment that 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 or the applicable End
UserLicense 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 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
provisions 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. The offeror shall submit two (2) copies of a signed and dated
proposal to the Department of the Treasury, DO, 1310 _G,_ Suite 400E,
NW Washington, DC 20005, no later than 4:00 PM Eastern Standard Time
(EST) 07/14/00. 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. Minnie Wright at (202)
622-0209 between the hours of 8:00 AM and 4:00 PM Eastern Standard Time
(EST), Monday through Friday. The proposal number RFP A-00-0021 must be
listed on the outside of the submission. OFFEROR PACKAGES SHALL INCLUDE
ALL INFORMATION REQUESTED WITHIN THIS SOLICITATION TO BE CONSIDERED.
The additional FAR clauses cited are also applicable to this
acquisition: 52.210-1, Definitions; 52.203-5, Covenant Against
Contingent Fees; 52.203-7, Anti-Kickback Procedures; 52.204-4,
Printing/Coping Double-Sided on Recycled Paper; 52.223-14, Toxic
Chemical Release Reporting; 52.233-3, Protest After Award; 52.222-26,
Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled
and Vietnam Ear Commercial Computer software Restricted Rights.
Proposals are due on July 14, 2000 no later than 4:00 P.M. EST.
Proposals can be mailed to: The Department of the Treasury, Procurement
Services Division, Room 1310 _G,_ Suite 400E, 1500 Pennsylvania Avenue,
NW, Washington, D.C. 20220, ATTN: Ms. Minnie Wright, (202) 622-0209 or
hand delivered/overnight expressed to: Department of theTreasury,
Procurement Services Division, Room 1310 _G,_ Street, Suite 400E, NW,
Washington, D.C. 20005. Posted 06/29/00 (D-SN469939). (0181) Loren Data Corp. http://www.ld.com (SYN# 0044 20000703\D-0008.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|