COMMERCE BUSINESS DAILY ISSUE OF AUGUST 4,2000 PSA#2657 FBI/TCAU, 14800 Conference Center Drive, Suite 300, Chantilly, VA
20151 D -- PAGER SERVICE, LOUISVILLE, KENTUCKY SOL RFQ-907020 DUE 081800 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-907020 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 97-18. 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
Louisville, Kentucky: 121 Statewide Alphanumeric or 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 a personal 800 number without PIN. 3
Nationwide Alphanumeric or 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 a personal 800 number without PIN. 5 Alphamate Machines. Price
should include details related to the use when sending pages to pagers
that have group paging capabilities. 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,
statewide coverage, to include the Louisville Division and its
surrounding Resident Agencies (RAs) such as Ashland, Bowling Green,
Covington, Elizabethtown, Frankfort, Hopkinsville, Lexington, London,
Owensboro, Paducah, and Pikeville. Bidders shall show coverage that
extends to the following neighboring states: West Virginia, Tennessee,
Ohio, and Indiana. A DETAILED NARRATIVE THAT CLEARLY DELINEATES THE
COVERAGE 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 9/11/00. Exercise of the awarded contract is
contingent upon availability of funds and/or a full appropriation for
each new fiscal year. Service to become effective 10/1/00 and the place
of delivery shall be the FBI Field Office at 600 Martin Luther King,
Jr. Place, Room 500, Louisville, Kentucky, 40202-2231. 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 (Jul 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 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 theremedies 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) 8/18/00. 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-907020 must be listed on the outside of the
submission. BIDDER PACKAGES SHALL INCLUDE ALL INFORMATION REQUESTED
WITHIN THIS SOLICITATION TO BE CONSIDERED. Posted 08/02/00
(W-SN481351). (0215) Loren Data Corp. http://www.ld.com (SYN# 0040 20000804\D-0011.SOL)
| D - Automatic Data Processing and Telecommunication Services Index
|
Issue Index |
Created on August 2, 2000 by Loren Data Corp. --
info@ld.com
|
|
|