COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9,2000 PSA#2660 NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center,
FL 32899 D -- LEASE OF DIGITAL CELLULAR TELEPHONES, EQUIPMENT AND SERVICE FOR
KENNEDY SPACE CENTER, FLORIDA. SOL 10-00-0035 DUE 082300 POC Sharon L.
White, Contracting Officer, Phone (321) 867-7208, Fax (321) 867-1166,
Email Sharon.White-1@ksc.nasa.gov -- Roy M. Colvin, Contracting
Officer, Phone (321) 867-3415, Fax (321) 867-1166, Email
Mitch.Colvin-1@ksc.nasa.gov WEB: Click here for the latest information
about this notice,
http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=76#10-00-0035. E-MAIL: Sharon L. White, Sharon.White-1@ksc.nasa.gov. This notice
is a combined synopsis/solicitation for commercial items prepared in
accordance with the format in FAR Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; quotes are being requested and a
written solicitation will not be issued. This procurement is being
conducted under the Simplified Acquisition Procedures (SAP). THE
CONTRACTOR SHALL PROVIDE ALL RESOURCES NECESSARY TO PROVIDE CONTRACTOR
OWNED DIGITAL CELLULAR TELEPHONES WITH BASIC SERVICE FOR KENNEDY SPACE
CENTER AND CAPE CANAVERAL AIR STATION IN ACCORDANCE WITH THE STATEMENT
OF WORK ENTITLED "STATEMENT OF WORK FOR DIGITAL TELEPHONE SERVICE"
DATED JULY 27, 2000. THIS WILL BE A ONE-YEAR CONTRACT (OCTOBER 01,2000
THROUGH SEPTEMBER 30,2001) WITH FOUR ONE-YEAR OPTION PERIODS. A
COMPLETE DESCRIPTION OF THE PRODUCTS AND SERVICES TO BE ACQUIRED
INCLUDING QUANTITIES AND UNITS OF MEASURE CAN BE FOUND IN THE ATTACHED
MODEL PURCHASE ORDER CC-88549B. The provisions andclauses in the RFQ
are those in effect through FAC 97-17. The SIC code and the small
business size standard for this procurement are 4812 and 1500
employees, respectively. The quoter shall state in their quotation
their size status for this procurement. All qualified responsible
business sources may submit a quotation which shall be considered by
the agency. Delivery to KSC is required on or before September 25,
2000. Delivery shall be FOB Destination. The DPAS rating for this
procurement is not applicable -- this is not a DPAS rated order.
Quotations for the items(s) described above are due by August 23, 2000
at 4:30 PM local time, and may be mailed to Bid Opening Officer, Mail
Code CIAO, Bldg N6-1009, Room 102, Highway 3, Gate 2, Kennedy Space
Center, Florida 32899 or faxed to Jack E. Massey, Fax Number (321)
867-2042 and include solicitation number, FOB destination to this
Center, proposed delivery schedule, discount/payment terms, warranty
duration (if applicable), taxpayer identification number (TIN),
identification of any special commercial terms, and be signed by an
authorized company representative. Quoters are encouraged to use the
Standard Form 1449, Solicitation/Contract/Order for Commercial Items
form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to
submit a quotation. See KSC clause 52.214-90, Hand-Carried Offers and
Use of Commercial Couriers, for proposal delivery instructions.
OFFEROR PROPOSALS SHALL PROVIDE THE INFORMATION REQUIRED BY FAR
52.212-1 AND THE FOLLOWING ADDENDA TO FAR 52.212-1: Offerors are
requested to submit generally available commercial information on the
firm's capability to satisfy the Government's requirements and
information concerning recent and relevant contracts for the same or
similar items. Additionally, offerors are requested to submit copies of
product literature detailing the capabilities of the digital cellular
telephone(s) proposed to fulfill the contract. At a minimum, the
product literature should contain information in sufficient detail for
Government evaluators to make a determination if the cellular
telephone(s) fails to meet, meets or exceeds the stated minimum
capability requirements. Offerors shall submit as a part of their
proposal a transition plan detailing how the offeror will comply with
and facilitate the transition requirements stipulated in Statement of
Work paragraph 3.i, "Transition Requirements". Within seven (7) days
following receipt of notice from the Contracting Officer to submit a
product sample, offerors shall submit the following sample for
evaluation testing: One (1) sample telephone identical to the telephone
proposed to fulfill the basic service requirement. The sample shall be
submitted at no expense to the Government and will be returned to the
offerors, free of excessive wear and damage, within fifteen (15) days
following award to the successful offeror. If the end product(s)
quoted is other than domestic end product(s) as defined in the clause
entitled "Buy American Act -- Supplies," the quoter shall so state
andshall list the country of origin. Quoters must provide copies of the
provision at 52.212-3, Offeror Representation and Certifications --
Commercial Items with their quote. See below for where to obtain copies
of the form via the Internet. [ END OF ADDENDA TO FAR 52.212-1 ]. The
Representations and Certifications required by FAR 52.2l2-3 may be
obtained via the internet at URL:
http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is
applicable. FAR 52.212-5 is applicable and the following identified
clauses are incorporated by reference. [ 52.203-6, 52.219-4, 52.219-8,
52.219-9, 52.219-14, 52.222.21, 52.222.26, 52.222-35, 52.222.37,
52.225-1, 52.225-3 and 52.232-34 ] FAR 52.217-5, Evaluation of Options,
is applicable. FAR 52.217-9, Option to Extend the Term of the Contract,
is applicable. FAR 52.216-21, Requirements, is applicable. KSC Clause
52.214-90, Hand-Carried Offers and Use of Commercial Couriers, is
applicable. The FAR may be obtained via the Internet at URL:
http://www.arnet.gov/far/ TheNFS may be obtained via the Internet at
URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm
Questions regarding this acquisition must be submitted in writing no
later than August 16, 2000. Questions received after this date will be
considered, but may not be answered. Award will be based upon overall
best value to the Government, with consideration given to the factors
of proposed technical merits, price and past performance, and critical
requirements the Government considers of value. Critical requirements
the Government considers valuable include signal strength over and
above the minimum acceptable levels specified in Statement of Work
paragraph 3.b; the extent to which the Contractor's transition plan
will minimize service disruption; and, the anticipated financial impact
of Contractor's special monthly rate packages. The quantities used for
evaluation will be the estimated quantities set forth in this
solicitation. Unless otherwise stated in the solicitation, for
selection purposes, technical, price and past performance are
essentially equal in importance. It is critical that offerors provide
adequate detail to allow evaluation of their offer (see FAR
52.212-1(b). An ombudsman has been appointed -- See NASA Specific Note
"B". It is the quoter's responsibility to monitor the following
Internet site for the release of amendments (if any):
http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=76 Potential
quoters will be responsible for downloading their own copy of this
combination synopsis/solicitation and amendments (if any). Posted
08/07/00 (D-SN483034). (0220) Loren Data Corp. http://www.ld.com (SYN# 0030 20000809\D-0001.SOL)
| D - Automatic Data Processing and Telecommunication Services Index
|
Issue Index |
Created on August 7, 2000 by Loren Data Corp. --
info@ld.com
|
|
|