Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 5, 2000 PSA #2678
SOLICITATIONS

D -- PROVIDE CELLULAR TELEPHONE SERVICE

Notice Date
August 31, 2000
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 16th Contracting Squadron, 350 Tully Street, P.O. Box 9190, Hurlburt Field, FL, 32544-9190
ZIP Code
32544-9190
Solicitation Number
F08620-00-R-0074
Response Due
September 15, 2000
Point of Contact
Angie Covington, Contract Specialist, Phone (850) 884-3268, Fax (850) 884-5372, Email angie.covington@hurlburt.af.mil -- Twila Beasley, Contracting Officer, Phone (850) 884-1269, Fax (850) 884-5372, Email
E-Mail Address
Angie Covington (angie.covington@hurlburt.af.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 F08620-00-R-0074 is issued as a Request for Proposal (RFP), under the simplified acquisition procedures test program unrestricted. The SIC code is 4812. This is an unrestricted acquisition. The solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 97-18. The contractor shall provide cellular telephone service for an estimated quantity of 420 government owned cellular telephones at Hurlburt Field. Services shall be provided in digital with analog capability. Cellular telephone technology shall be TDMA. Required cellular features are: Monthly access, Additional local area minutes (by counties peak & off-peak), Roaming (by counties and states), Voice-mail, Caller ID, Call waiting, Call forwarding, Caller ID block, Mobile/Text messaging (provide coverage area), Three party conference calling, Copies of monthly consolidated detailed billing statements. The contractor shall submit a Conversion Plan that clearly defines the processes for reprogramming existing cellular service/telephone numbers for assignment of new cellular service/telephone numbers. At a minimum, the plan shall: 1) Be sound, logical and efficient. 2) Demonstrate the capability of meeting the required timeline of 31 Oct 2000 or sooner using Attachment 1- List of Government-Owned cellular telephones and User Organization. 3) Explain the process for pre-assigning "Block" cellular telephone numbers within 5 days after notice of award or sooner using Attachment 1- List of Government-Owned cellular telephones and User Organization. Proposals will be evaluated based on the factors as listed below for a base year contract, plus two one-year options to be awarded 1 Oct 2000. Service to become effective upon activation of assigned cellular telephone numbers. Federal Acquisition Regulation (FAR) provision 52.212-1 Instructions to Offerors -- Commercial Items (Aug 1998) applies to this acquisition and includes the following addenda: (1) Add to paragraph (b)(10), "The offeror shall provide current and relevant information regarding an offerors actions under previously awarded contracts. Offerors shall identify past or current contracts (including Federal, State, and local government and commercial) for efforts similar to the requirement as stated in this RFP. Provide references from work performed in the last three (3) years not to exceed 3 projects. Of the three projects listed, offeror should present the most recent work and work back. If the number of similar Federal contracts exceeds 3 projects then the offeror will be providing past performance on its most recent government projects. Otherwise, the similar past performance on the 3 projects provided could be a combination of government and commercial or solely commercial. The offeror shall provide the following information: Contract Number; Description of Services provided; Performance dates; Overall Contract Cost including modifications; plus current names, addresses, and telephone numbers of contracting officers, administrators, quality assurance evaluators, or similar customers for each reference. YOU MUST INCLUDE VALID PHONE NUMBERS FOR REFERENCES. If the offeror does not include the required past performance information with their proposal, they may be removed from further consideration. (2) Add the following paragraphs: (b)(12), "Each offeror shall submit their signed and dated offer (signed by an official authorized to bind your organization in a contract) in one original and one copy to 16th Contracting Squadron, Attn: Angie Covington, P.O. Box 9190, 350 Tully Street, Hurlburt Field, Florida, 32544," Proposals must be received no later than 1:00 PM Central Time, 15 Sep 2000. This offer shall include pricing, conversion plan, past performance references, completed representations and certifications, an original signed and one copy of proposal. All proposals must be submitted in hard copy. The proposal number F08620-00-R0074 must be listed on the outside of the submission. No faxed proposals will be accepted. Award will be made to the lowest evaluated cost (price)-technical acceptable offer (LPTA) that meets all the minimum mandatory criteria in the solicitation. The following factors shall be used to evaluate offers. The significant evaluation factors under FAR 52.212-2 Evaluation -- Commercial Items, in relative order of importance are: (a)- (1) Technical, (2) Conversion Plan, (3) Past Performance: References provided will be contacted to validate the offeror's ability to provide service which meets the requirements of customers and the adherence to the delivery schedule (4) Price. (b) -- Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c)- A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. For this solicitation, when technical and conversion plan are found to be technically acceptable and proposals are evaluated as essentially equal, past performance which is slightly more important than price will be evaluated followed by price. The Government will also evaluate the offeror's ability to follow the proposal preparation instructions set forth in this solicitation. Proposals shall be accompanied by completed representations and certifications found in FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items. Available at web site http://farsite.hill.af.mil/. The following additional Federal Acquisition Regulations (FAR) provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR Clause 52.212-4 Contract Terms and Conditions -- Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: (1) DFARS 252.212-7001, Contract Terms and conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. The following clauses under paragraph (b) of 252.212-7001 are amended to read: 252.225-7001, Buy American Act and Balance of Payment Program, 252.225-7007, Buy American Act-Trade Agreements-Balance of Payment Program, 252.225-7036, Bur American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program. All far clauses and provisions may be reviewed and/or obtained from The Air Force FAR web site at Internet address http://farsite.hill.af.mil/. Registration with the Central Contractor Registry (CCR) is mandatory, DFARS 252.204-7004. Information regarding this solicitation may be obtained by contacting Angie Covington at (850) 884-3268 between the hours of 7:00 AM and 4:00 PM central time or e-mail
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F08620-00-R-0074&LocID=483)
Record
Loren Data Corp. 20000905/DSOL010.HTM (D-244 SN492509)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on September 1, 2000 by Loren Data Corp. -- info@ld.com