COMMERCE BUSINESS DAILY ISSUE OF JANUARY 29, 2001 PSA #2776
SOLICITATIONS
D -- PAGER AND PAGER SERVICES
- Notice Date
- January 26, 2001
- Contracting Office
- US Property & Fiscal Office For NY, Attn: MNPF-PC, 330 Old Niskayuna Rd, Latham, NY 12110-2224
- ZIP Code
- 12110-2224
- Solicitation Number
- DAHA30-01-R-0001
- Response Due
- February 14, 2001
- Point of Contact
- Lt Col Kenneth D. Trzaskos, (518) 786-4460
- E-Mail Address
- kenneth.trzaskos@ny.ngb.army.mil (kenneth.trzaskos@ny.ngb.army.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subparts 12.6 and 13.5, as supplemented with additional information in this notice. This announcement constitutes the only solicitation to be issued; proposals are being requested and no further written solicitation will be issued. The solicitation number for this Request for Proposal is DAHA30-01-R-0001, a request for proposal for Pagers and Pager Services, and closes on 14 February 2001, 1:30 p.m. Eastern Standard Time. The solicitation document and incorporated provisions and clauses are those in effect through FAC 97-21. This procurement is unrestricted with an assigned NAICS Code of 513321 which signifies a small business size standard of 1,500 employees. The United States Property and Fiscal Office for New York is solicitating Pagers and Pager Services. All equipment and pager services will be acquired on a best value basis. Pager services must include, at a minimum: leased, nationwide, regional, and local coverage for our anticipated customers (New York Army and Air National Guard, NYS Division of Military and Naval Affairs, 330 Old Niskayuna Road, Latham, NY 12110-2224) All services will be purchased through an Indefinite Delivery/Indefinite Quantity type contract which will be awarded on a firm-fixed-price basis. USP&FO-NY currently has 45 leased pagers. The resulting contract will provide for the broadest range of available equipment. The requirement is for leased pagers in accordance with the Statement of Work, for a base period and four one-year option periods. Description: Base Period of Performance, 1 March 2001 to 28 February 2002, Option Period #1, 1 March 2002 to 28 February 2003, Option Period #2, 1 March 2003 to 29 February 2004, Option Period #3, 1 March 2004 to 28 February 2005, Option Period #4, 1 March 2005 to 28 February 2006. Any contractor interested in submitting a proposal in response to this announcement, must submit the following to be considered for award: 1. Schedule of proposed equipment, service plans and unit proces for this acquisition. The schedule of prices should also include descriptive literature for equipment and service plans. It should be noted there that it is the contractors's responsibility to adequately document the equipment and service plan parameters to assure equitable treatment in the evaluation process. Also, local, statewide, and national coverage must be adequately identified and defined. 2. A copy of latest commercial and any other available schedules for comparison purposes. 3. Full disclosure of all add-on costs beyond the basic monthly plan socts. It is the contractor's reponsibility to identify, throughly define and to quantify (in terms of prices) all potential add-on costs. 4. Past Performance Information. Three references for similar efforts. 5. Phase-In Plan identifying contractor's approach to assure transparent transition for our customers (i.e. full disclosure of time frames and implementation plans). 6. Designation of a single point of contact for trouble/problem calls with telephonic response time. 7. Acknowledgment of Government's right to add/delete pager service at anytime and without penalty. 8. Completion and submission of representations and certifications found in FAR 52.212-3 and 252.212-7000. The provisions at FAR 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5, 52.217-6, 52.217-8, 52.217-9 apply for this acquisition. The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition. The Government will make a best value determination based upon the following specific areas of consideration: (a) Range of equipment and service plans available to meet the Government's local, regional, and nationwide needs at the greatest value to the Government. (b) Phase-In Approach which will result in a seamless transition for our customers. (c) Cost considerations surrounding potential add on costs. Note: All add on costs must be adequately identified, defined and quantified in a separate document as the contractor will be limited to add on costs identified at proposal submission during contract performance. Price will not be a weighted factor in the evaluation. The degree of importance of price; however, will increase with the degree of equality of proposals in relation to other factors on which selection is to be based. 9. Contractor must be registered in the Central Contractor Regustration (CCR) database. Registration may be done by assessing the CCR Web site at http://www.acq.osd.mil/ec. 10. Provide a single point of contact for ordering services. STATEMENT OF WORK EQUIPMENT SPECIFICATIONS, 1. User Instructions: Each pager shall be furnished with one complete set of comprehensive user instructions. 2. Digital Display Pagers: Any digital display pager that is bid must meet or exceed the following: Power supply: Pagers must be battery operated using standard 1.5 volt AA or AAA size alkaline battery (ies). If batter is rechargeable contractor must provide battery charger free of charge. Weight: Including battery 89.00 grams or 3.14 ounces (maximum). Dimensions: 4.25 cubic inches or 69.66 cubic ceentimeters (maximum). Memory Capacity: Pager must have the ability to store and memorize a minimum of eight (8) messages. Vibrator: Pagers must contain a vibrator feature to silently alert the user of an incoming page. Clips: All pagers must be equipped with a clip. Message Windows: Pagers must display at least 12 digits. Lamp: All pagers must be equipped with a lamp to enable nighttime viewing of the display. 3. Alphanumeric Pagers: Any alphanumeric pager that is bid must meet or exceed the following: Power Supply: Pagers must be battery operated using standard 1.5 volt AA or AAA size aldaline battery (ies). If battery is rechargeable, Contractor must provide a battery charger free of charge. Weight: Including battery 120 grams or 4.23 ounces (maximum). Dimensions: 6.15 cubic inches or 100.80 cubic centimeters (maximum). Memory Capacity: Pagers must display an entire 80 character message. Vibrator: Pagers must contain a vibrator feature to silently alert the user of an incoming page. Lamp: All pagers must be equipped with a lamp to enable nighttime viewing of the display. 4. Statewide Coverage (NY): A total of 80% of the square mileage of the State of New York must be covered. Hamilton and Delaware Counties or the northern portion of Herkimer County from State Route 8 to the St. Lawrence County line may not be covered when using Statewide (NY)coverage. Full paging coverage is required to the following metropolitan areas: Albany, Binghamton, Buffalo, Geneva, Lake George, New York City (Five boroughs), Niagara Falls, Poughkeepsie, Rochester, Rome, Syracuse, Utica, Watertown, White Plains, and Yonkers. 5. Nationwide Coverage: Nationwide coverage includes service in all major population centers of the United States. It includes most state capitals. Contractor must provide a toll free number, which could be used for both nationwide, and New York State coverage. The cost of the toll free line will be considered as part of the basic service rate. 6. The pagers provided in this contract meet all service, availability and reliatility specifications of the RFP. The pagers are standalone devices and not integrated with other wireless devices. The contractor guarantees that the pagers offered are the latest models of regular stock product. If the pager supplied to the authorized user has been previously used it must be refurbished to a "like new" condition. "Like new" is defined as being free of blemishes, nicks or scratches; in original condition throughout, with vibrant colors; and showing only faint signs of handling or use. The "like new" device shall be accompanied by an instruction sheet. All original issue pagers must be equipped with new batteries. Replacement batteries will the the responsibility of the authorized users. The quantities and type of batteries utilized by the equipment are identified by the contractor. The antenna for the pager shall be housed in the body of the pager or clip. Telescoping antennas are not acceptable. All pagers must be UL listed. 7. Maintenance: The contractor offers an in state (NY) exchange service for leased pagers. Pagers must be repaired or replaced within 24 hours by the account representative or via overnight mail at the contractor's expense. Maintenance or replacement service must be available 24 hours a day, Monday through Friday, and from approximately 10 AM to 7 PM on holidays and weekends. 8. Lost, Theft, and Damage: Loss , theft, and damage coverage for rented or lased pagers shall be the responsibility of the Contractor. However, the contractor will not be held responsible for abused equipment. 9. Service Requirements: Airtime must be available 24 hours a day, 7 days a week, 365 days a year. Full paging coverage must be provided under the contract and is defined as the ability to guarantee that 96% of all pages transmitted will be received. The contractor will provide a toll free number for each pager which will be used for state coverage. The cost of this toll free number will be considered part of the basic service. 10. Dispatch Service: Alphanumeric pagers utilize a dispatch service where paging calls are answered by an operator and then keyed into the paging system. Prices given in the proposal for alphanumeric pagers include a dispatch service. 11. Throughput Time: Throughput time is defined as the time between the paging system's acknowledging signal over the phone line and the time that the pager receiver responds with it's alert signal. Delays due to excessive throughput times shall not be greater that (3) minutes during the system's busiest periods. Throughput times submitted as part of the Contractor's proposal shall be maintained for the duration of the contract. Should the throughput time be or become excessive, the New York Army National Guard (NYARNG) reserves the right to reject the proposal or cancel the contract. 12. Overcalls: Overcalls are those calls made to a particular pager above and beyond the free calls allowed by the contract. The number of free calls per month shall be unlimited for digital pagers and shall be no less that 50 calls per month for the alphanumeric pagers. Calls beyond the amount allowed by the contract are billed on a per call basis. 13. It is estimated that 45 pagers will intially be leased. All will require local and statewide (NY) coverage, and 25 will require nationwide coverage. Proposals in response to this announcement shall be submitted to the United States Property and Fiscal Office for New York, ATTN: MNPF-PC, Room 214, 330 Old Niskayuna Road, Latham, NY 12110-2224. All proposals must be received on or before 14 February 2001, 1:30 p.m. Any proposals received after the 1:30 p.m. deadline will be determined late. All questions regarding this announcement shall be addressed to the attention of Lt. Col. Kenneth D. Trzaskos at (518) 786-4460 or via email kenneth.trzaskos@ny.ngb.army.mil.
- Record
- Loren Data Corp. 20010129/DSOL009.HTM (W-025 SN50B8W9)
| D - Automatic Data Processing and Telecommunication Services Index
|
Issue Index |
Created on January 26, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|