Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 3,2000 PSA#2634

Department 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