COMMERCE BUSINESS DAILY ISSUE OF AUGUST 4,2000 PSA#2657 FBI/TCAU, 14800 Conference Center Drive, Suite 300, Chantilly, VA
20151 D -- CELLULAR SERVICE, LOUISVILLE, KENTUCKY SOL RFQ-884450 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
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-884450 is issued as a Request for
Quotation, under simplified acquisition procedures, test program,
unrestricted. The SIC code is 4812 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. The
proposal shall include the following information to be considered:
Detailed pricing for the base year and all option years for all
services and equipment described below. 84 cellular phones with analog
capabilities, and cellular phones with combined analog/digital
capabilities (dual band). Bidders are requested to submit rate plans
that reflect pricing for analog cellular phones, and rate plans that
reflect pricing for analog/digital capable phones; 16 cellular alarms
with analog capabilities; -- complete description of all cellular
phones being proposed, including capabilities, warranties, end user
training, and replacement policy. All hardware costs should take into
consideration the service commitment for a base year, four one year
options, and prevailing competitive market conditions when establishing
the price of the phones; -- complete listing of accessories for each
phone, to include a spare battery, a cigarette lighter (12V) adapter,
belt clip, desktop charger, hands-free car kit that includes an
external speaker, address book with 500 minimum entries,
etc.;—description of all digital features, and analog features,
and charges, if any, such as, but not limited to, call forwarding, call
waiting, voice mail, numeric pager service, caller ID, caller ID block,
digital messaging service, free roaming, free long distance, nothing
less than 100 free minutes, etc.; -- all bidders are requested to offer
plans which provide the widest possible toll free calling. The bids
under this solicitation shall offer, at a minimum, statewide coverage,
inclusive of all counties within Kentucky. Specific FBI locations
shall include the Louisville Division and the following RAs: Ashland,
Bowling Green, Covington, Elizabethtown, Frankfort, Hopkinsville,
Lexington, London, Owensboro, Paducah, and Pikeville. Any coverage
extending outside Kentucky borders into neighboring states shall also
be indicated. All bids shall clearly describe all toll free calling
plans, exclusive of roaming charges, that, at a minimum, shall include
statewide, and any other offered toll free plans on a regional and/or
national basis. Each calling plan shall include charges for basic
service and charges for prime and non-prime usage over and above the
basic plan free time usage, access fees if any, local and/or state tax
fees, universal service charges, and termination charges as
applicable; -- all base plan usage may reflect pooled (aggregate
billing) or non-pooled rate plans. Any pooled bid must show, as an
example, if each phone's base plan includes 100 minutes of free usage
and there are 10 phones, no additional usage charges shall apply until
the total account exceeds 1,000 minutes used; -- all bidders shall
submit a map of the total service area. Any proposal submitted should
clearly stipulate how these areas are covered and provide the most cost
effective means of coverage, including extended calling areas, and
teaming arrangements with other local cellular providers, if necessary.
Indicate all coverage by county and/or district, with a description of
the service plans and associated fees for the local calling area and
any extended calling area; -- 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. All respondents are encouraged to
provide a variety of calling plans that would reflect the best value to
the government. The number of cellular phones as stated above is for
proposal purposes only; the actual number of cellular phones 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 cellular phones 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 cellular phone basis.
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 completed representations
and certifications. A copy of these representations and certifications
must be submitted with proposal. 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 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 provisions and clauses 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 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 Mr. Paul D. Rankin at (703)
814-4914 or Ms. Tracie L. Davidson at (703) 814-4722 between the hours
of 7:30 AM and 4:00 PM EST, Monday through Friday. The proposal number
RFQ-884450 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-SN481346). (0215) Loren Data Corp. http://www.ld.com (SYN# 0045 20000804\D-0016.SOL)
| D - Automatic Data Processing and Telecommunication Services Index
|
Issue Index |
Created on August 2, 2000 by Loren Data Corp. --
info@ld.com
|
|
|