COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14,2000 PSA#2663 FBI/TCAU, 14800 Conference Center Drive, Suite 300, Chantilly, VA
20151 D -- CELLULAR PHONE SERVICE, MIAMI, FLORIDA SOL RFQ-908764 DUE 082500
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-908764 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 Miami, Florida. The proposal
shall include the following information to be considered:
Detailedpricing for the base year and all option years for all services
and equipment described below. 100 cellular phones with combined
analog/digital capabilities (dual band); -- complete description of all
cellular phones being proposed, including capabilities, warranties, 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 kits, etc.; -- description of all
digital features and charges, if any, such as, but not limited to, call
forwarding, call waiting, voice mail, pager service, digital messaging
service, free roaming, free long distance, 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. 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 shall be pooled (aggregate billing).
Any 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. BIDDERS WHO DO NOT SHOW/OFFER POOLING SHALL BE CONSIDERED
NON-RESPONSIVE; -- 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, and; --
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 9/18/00. 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 16320 Northwest 2nd Avenue, North Miami Beach, Florida,
33169-6508. 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)
8/25/00. All proposals must be submitted in hard copy. NO Faxed
proposals will be accepted. For information regarding this
solicitation, contact 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-908764 must
belisted on the outside of the submission. BIDDER PACKAGES SHALL
INCLUDE ALL INFORMATION REQUESTED WITHIN THIS SOLICITATION TO BE
CONSIDERED. Posted 08/10/00 (W-SN484537). (0223) Loren Data Corp. http://www.ld.com (SYN# 0030 20000814\D-0004.SOL)
| D - Automatic Data Processing and Telecommunication Services Index
|
Issue Index |
Created on August 11, 2000 by Loren Data Corp. --
info@ld.com
|
|
|