COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 7, 2000 PSA #2722
SOLICITATIONS
D -- CELLULAR TELEPHONE SERVICE FOR THE FBI NEWARK, NJ OFFICE
- Notice Date
- November 3, 2000
- Contracting Office
- FBI/TCAU, 14800 Conference Center Drive, Suite 300, Chantilly, VA 20151
- ZIP Code
- 20151
- Solicitation Number
- RFQ-720111
- Response Due
- November 24, 2000
- Point of Contact
- Tracie Davidson (703)814-4722
- Description
- 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-720111 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 the necessary equipment, including service, for the FBI's Field Office in Newark, New Jersey. 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. 141 cellular phones with combined analog/digital capabilities (dual band). Bidders are requested to submit rate plans that reflect pricing for analog/digital capable phones; 26 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, count-down counter, and separate headset with microphone;- description of all digital/analog features, and charges, if any, such as, but not limited to, call forwarding, call waiting, caller ID block, free roaming, free long distance, cell phone to cell phone coverage.; -- 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 New Jersey. Specific FBI locations shall include the Newark Division and the following RAs: Garrett Mountain, Franklin Township, Red Bank, Trenton, Atlantic City, Eastern Pennsylvania from Harrisburg East, Southern New York, including New York City. Any coverage extending outside New Jersey 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 11/20/00. 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 12/1/00 and the place of delivery shall be the FBI Field Office at Gateway 1, Market Street, 22nd Floor, Newark, New Jersey, 07102. 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). 2.232-19 Availability of Funds for the Next Fiscal Year. (Apr 1984). Funds are not presently available for performance under this contract beyond 9/30/2000. The Governments obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 9/30/2000, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the ContractingOfficer. 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/. Two (2) copies of a signed and dated proposal must be submitted to the FBI, Suite 202, 14800 Conference Center Drive, Chantilly, Virginia 20151, no later than 4:00 PM Eastern Standard Time (EST) 11/20/00. 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 Ms. Tracie L. Davidson at (703) 814-4722 or Mr. Paul D. Rankin at (703) 814-4914 or between the hours of 7:30 AM and 4:00 PM EST, Monday through Friday. The proposal number RFQ-720111 must be listed on the outside of the submission. BIDDER PACKAGES SHALL INCLUDE ALL INFORMATION REQUESTED WITHIN THIS SOLICITATION TO BE CONSIDERED.
- Record
- Loren Data Corp. 20001107/DSOL005.HTM (W-308 SN5058T5)
| D - Automatic Data Processing and Telecommunication Services Index
|
Issue Index |
Created on November 3, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|