Loren Data Corp.

'

  
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