Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 29, 2001 PSA #2860
SOLICITATIONS

W -- COMMERCIAL PAGER/NOTICE OF INTENT

Notice Date
May 24, 2001
Contracting Office
Department of the Treasury, Departmental Offices/Procurement = Services Division (DO/PSD), Procurement Services Division (PSD), 1310 G = Street, N.W., Suite 400 East, Washington, DC, 20220
ZIP Code
20220
Solicitation Number
A-01-0002
Response Due
May 18, 2001
Point of Contact
Minnie Wright, Contract Specialist, Phone 202-622-0209, Fax = 202-622-2343, Email minnie.wright@do.treas.gov -- Norman Wakefield, = Contract Specialist, Phone 202-622-9391, Fax 202-622-2343, Email = norman.wakefield@do.treas.gov
Description
The purpose of this Modification Number 0005 to Commercial = Pager/Notice of Intent No. A-01-0001 is to amend the solicitation to = change the contract type from a requirements contract to an = indefinite-quantity, indefinite delivery (IDIQ) contract. This = amendment also serves to address the following questions which were = received by the government: Question Number (1) -- Will the Government = accept responses via e-mail? Answer -- The Government will not accept = proposal responses via e-mail. Question Number (2) -- What will be the = cut-off hour on May 29, 2001 for proposal submission? Answer -- The = cut-off hour is no later than 4:00 P.M. EST. The Department of the Treasury, Departmental Offices, Procurement = Services Division, Washington, D.C. intent to award a Treasury Wide = contract for the lease and maintenance of various types of pager = services. The Department of the Treasury is seeking a one-year = indefinite-quantity, indefinite delivery (IDIQ) contract with four = one-year options for numeric, alphanumeric, and two-way pagers with = various capabilities and coverage requirements. These units are to be = used by the Departmental of the Treasury and its Bureau/Office = personnel who must be reachable at all times. The equipment and = services provided must be reliable, ubiquitous and utilize current = technologies. The resulting contract will be nationwide in scope to = encompass the fifty-(50) United States, the District of Columbia, = Puerto Rico, and the U.S. Virgin Islands. The equipment component of = the resulting contract will be an estimated 2,500 pagers. The = Contractor(s) must be flexible in meeting this requirement since the = number of pagers and specific service area requirements may change = rapidly given the dynamic nature of the Governments mission. The = Department of the Treasury may elect to award a single or multiple = awards contract(s) for the same or similar pager equipment and = services. A commercial item solicitation will be issued on or about = January 31, 2001 and may be obtained by submitting requests via fax or = e-mail. The Government shall consider all responses from responsible = and responsive vendors, timely received. The SIC is 7359 and the small = business standard is $5 Million. The Contractor shall provide the = lease of the following equipment, to include (but not limited to) = service: alphanumeric pagers, approximately 1,000 each. Numeric pagers = approximately 1000 each. Two-way pagers, approximately 500 each. = Executive voice mail with alphanumeric pagers, approximately 1 each. = All pagers shall include a numeric and/or an alpha message. Local = coverage for regular pagers shall include the Baltimore, Maryland area = to the north; Annapolis, Maryland to the east; west to Front Royal, = Virginia, and south to the Fredericksburg, Virginia area and can = receive and transmit a numeric page. Each pager shall have as a = minimum, but not limited to, a variety of alert signals such as = standard beeps, silent vibration, and flashing light indicator. Each = alphanumeric pager shall have the ability to duplicate messages without = using additional memory space. A dedicated dispatch operator shall be = set up for the Departmental Offices_ Department of the Treasury users = only. The Contractor shall also include the following information: A = detailed map showing an overlay of the service area covered. A = detailed narrative that clearly delineates the coverage area being = offered for each service included in the quote shall accompany all = maps. This descriptive narrative shall identify the north, south, = east, and west boundaries of the coverage being quoted in terms of = cities, highways, and/or state boundaries. Any quote accepted by the = Government that results in a contractual acceptance by the bidder shall = ensure delivery of the described coverage. Indicate any other coverage = by county and/or district, with a description of the service plans and = associated fees for both local and extended areas for each service = proposed. As a result of analyzing responses to this synopsis of = intent, the Contracting Officer will issue a solicitation and no = additional synopsis will be published. Any such solicitation will be = issued to the intended vendor and all firms that respond to this = synopsis of intent or otherwise request a copy of the solicitation. To = request a solicitation all responsible sources shall contact Ms. Minnie = Wright, Contracting Officer, by the following methods: (1) E-Mail: = minnie.wright@do.treas.gov., (2) Fax: 202-622-2343 and, (3) Mail to: = Department of the Treasury, Procurement Services Division, Room 1310 = _G,_ Suite 400E, 1500 Pennsylvania Avenue, NW, Washington, D.C. 20220. = Collect calls will not be accepted.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/TREAS/DOPSD/PSD/A-01-0002/listing.html)
Record
Loren Data Corp. 20010529/WSOL002.HTM (D-144 SN50N0S4)

W - Lease or Rental of Equipment Index  |  Issue Index |
Created on May 24, 2001 by Loren Data Corp. -- info@ld.com