Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2004 FBO #1029
SOLICITATION NOTICE

D -- unlimited service, activation and maintenance for up to 3,000 paging units for use by the Naval Medical Center San Diego personnel, including 2-way and numeric pagers.

Notice Date
9/18/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N00259RCB0013
 
Response Due
9/24/2004
 
Archive Date
10/24/2004
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 22. This Procurement is issued as unrestricted. The agency need is to provide unlimited service, activation and maintenance for up to 3,000 paging units for use by the Naval Medical Center San Diego personnel, including 2-way and numeric pagers. BASE YEAR CLINS CLIN 0001: Two Way Pagers (see SOW for specific requirements); price shall include monthly reoccurring service costs for unlimited paging, lease costs (equipment and service), and maintenance costs as well as any and all installation, regulatory fees, taxes, service establishment fees (activation fees) and cancellation fees, training, design, testing, monthly charges and any other fees (ie FCC Fees); Qty: 1,500 pagers CLIN 0002: Numeric Pagers (see SOW for specific requirements); price shall include monthly reoccurring service costs for unlimited paging, lease costs (equipment and service), and maintenance costs as well as any and all installation, regulatory fees, taxes, service establishment fees (activation fees) and cancellation fees, training, design, testing, monthly charges and any other fees (ie FCC Fees); Qty: 1500 pagers CLIN 0003 Lost Pagers (NTE amount) Contractor to provide pricing for lost pagers (numeric and two-way) as a unit price. CLIN 0004 Over and Above Charges (NTE Amount); Contractor is to provide unit pricing for any miscellaneous charges not included in their unit pricing for CLINs 0001 and 0002. Option Year 1 CLINs CLIN 0005: Two Way Pagers (see SOW for specific requirements); price shall include monthly reoccurring service costs for unlimited paging, lease costs (equipment and service), and maintenance costs as well as any and all installation, regulatory fees, taxes, service establishment fees (activation fees) and cancellation fees, training, design, testing, monthly charges and any other fees (ie FCC Fees); Qty: 1,500 pagers CLIN 0006: Numeric Pagers (see SOW for specific requirements); price shall include monthly reoccurring service costs for unlimited paging, lease costs (equipment and service), and maintenance costs as well as any and all installation, regulatory fees, taxes, service establishment fees (activation fees) and cancellation fees, training, design, testing, monthly charges and any other fees (ie FCC Fees); Qty: 1500 pagers CLIN 0007: Lost Pagers (NTE amount) Contractor to provide pricing for lost pagers (numeric and two-way) as a unit price CLIN 0008: Over and Above Charges (NTE Amount); Contractor is to provide pricing for any miscellaneous charges not included in their unit pricing for CLINs 0005 and 0006. Option Year 2 CLINs CLIN 0009: Two Way Pagers (see SOW for specific requirements); price shall include monthly reoccurring service costs for unlimited paging, lease costs (equipment and service), and maintenance costs as well as any and all installation, regulatory fees, taxes, service establishment fees (activation fees) and cancellation fees, training, design, testing, monthly charges and any other fees (ie FCC Fees); Qty: 1,500 pagers CLIN 0010: Numeric Pagers (see SOW for specific requirements); price shall include monthly reoccurring service costs for unlimited paging, lease costs (equipment and service), and maintenance costs as well as any and all installation, regulatory fees, taxes, service establishment fees (activation fees) and cancellation fees, training, design, testing, monthly charges and any other fees (ie FCC Fees); Qty: 1500 pagers CLIN 0011: Lost Pagers (NTE amount) Contractor to provide pricing for lost pagers (numeric and two-way) as a unit price CLIN 0012: Over and Above Charges (NTE Amount); Contractor is to provide pricing for any miscellaneous charges not included in their unit pricing for CLINs 0009 and 0010. STATEMENT OF WORK?POCKET PAGER SERVICES NAVY MEDICAL CENTER SAN DIEGO All specification listed in the Statement of Work must be met at a minimum in order to be determined technically acceptable. The contractor must provide a written technical plan confirming its understanding and compliance of all sections within the Statement of Work, as well as providing detailed technical plans where outlined in the SOW. The contractor?s written technical plan will determine whether technical capability has been met. SCOPE: -The contractor shall provide unlimited service, activation and maintenance for up to 3,000 paging units for use by the Naval Medical Center personnel, including 2-way and numeric pagers. -The contractor shall provide the required and defined service according to the Public Utilities Commission (PUC) regulations and the Federal Communications Commission (FCC) licensing requirements. REQUIREMENTS: -Pagers. The contractor shall replace existing pager units with comparable pagers with unlimited nation-wide numeric, alphanumeric or 2-way service, 800 number access, internet paging, support group paging and voice mail. In addition, the contractor shall meet the following requirements: -All pager units will be owned, serviced and totally maintained by the contractor. -The contractor will guarantee 100% coverage with a minimum radius of 75 miles from the Navy Medical Center San Diego. In addition, the contractor will provide coverage maps detailing services outside that radius. -?Local Service? will be assumed to be all areas within the state of California. There shall be no roaming charges for areas within ?Local Service?. -The primary use of most pagers is for intra-hospital communications. Reception of frequency signals in all or parts of the facility is the responsibility of the contractor. If signal-enhancing equipment is required it will be provided, installed, owned and maintained by the contractor at no additional cost to the Government. ALPHA NUMERIC CAPABILITY: -Alpha numeric pagers must meet the following minimum specifications: -capable of receiving numerical messages sent from a telephone only; run on a AAA battery that last between 1 and 3 months depending on messages received; ability to be programmed for local or nationwide service and also has the capability to program group calling on the unit; 30 message memory; 14 locked messages; 12 audible tones and vibrate alert; message time stamping; unread message indicator; alarm clock; backlit display; memory retention when power off; low battery indicator; power up group call ID; group call source display; extended message display time; date and time display; time display when power off; message full indicator; selective erase or erase all. TWO WAY PAGER CAPABILITY: -Two Way Pagers must meet the following minimum specifications: capable of sending and receiving alpha and numeric messages and can be programmed for local or nationwide service; run on a AA battery that lasts for 1 to 2 months based on the amount of messages received by the individual pager; capable of replying to a message sent to the pager; capable of resending messages to another two-way device or to any e-mail address, including cellular phones: capable of providing the below three service levels: Full Service: Pager has full two-way capabilities to send and receive messages and reply to incoming messages; Basic Service: Pager will receive incoming messages but will not have the ability to reply or receive stored messages; Storing Messages: When the pager owner is out of a coverage area, messages will be stored. When the pager returns to a full service area within 96 hours the messages will be delivered; Separate in and out mailbox; send to individual or multiple addr! esses; hold up to 250 addresses; message time and date stamping; selective erase or erase all; alarm clock and private time; audible tones plus vibrate alert; emotions; QWERTY keyboard; signature line; zoom from 4 lines to 2; backlight display; personal folder; message lock; memory retention when power off; low battery indicator; mobile email; ORDERING: -Pager service will be ordered as required by designated NMCSD Telecommunications Division Staff. -The contractor shall provide a single point of contact for ordering paging services. -The contractor shall acknowledge verbal orders and provide confirmation via email for every service activation, disconnect and addition. -Contractor will provide service activation within one day for all pager orders. DELIVERY OF SERVICE: Naval Medical Center San Diego Information Technology management Department Attn: Telecommunications Division 34520 Bob Wilson Drive Suite 10 San Diego CA 92134-2010 -Contractor is required to provide a transition plan including the required number of days to implement new service from the date of notification of award. BILLING: -The contractor shall comply with billing through the Wide Area Work Flow (WAWF) program providing billing information in electronic format only. NMCSD has to allocate the cost of the pagers back to the individual cost centers. The format of the billing must allow NMCSD to identify which charges are associated with specific pagers. These charges off an itemized billing format must be included in unit price cost. -Contractor is to provide a written plan detailing its procedures for resolving any discrepancies in billing. SUPPORT: -The contractor will provide a plan of on-site technical, administrative and local support during specified hours to directly resolve most service issues without involvement of NMCSD administrative personnel. -Contractor shall provide a customer support program, including Help Desk hours and the process for swapping equipment. The customer support program shall also include a statement on how the customer is to report a service problem. LOST PAGERS: -The contractor shall have a policy in place for resolving lost pagers, including options for lost, stolen and broken pagers. Included in this written technical plan is the policy for the length of time for a replacement, costs, length of time to set up a new pager, loaner units option, etc. MONITORING: -The contractor may utilize monitoring of the paging system as a business tool to stay abreast of any problems that might occur within the system. -The contractor shall not, through this act of monitoring, infringe upon the rights of the system user. -The contractor shall not benefit from any information he gathers through monitoring. INTRUSION: The contractor shall not intrusively monitor a particular pager?s transmission exclusively without first a report with the NMCSD Security Department ?call trap? permission from the Local Exchange Carrier (LEC). The requirement is for a firm-fixed price type contract. Contractor is required to provide a technical plan explaining how they will meet the technical specifications and also a statement on its delivery schedule. In accordance with 52.211-8 Time of Delivery, all services must be performed in accordance with the schedule?no deviations are allowed. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation (including potential site visits, if requested) are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers ! shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract; 52.212-5 Facsimile Proposals; Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. DFARS clauses 252.212-7000, Offeror Representations and Certifications-Commercial Items and addendum clause DFARS clause 252.225-7035, Buy-American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program Certificate; Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52,217-8 Option to Extend Services; 52.21709 Option to Extend the Term of the Contract; FAR 52.243-1 Changes?Fixed Price; DFAR 252.243-7001 Pricing of Contract Modifications; The clause at 52.212-5 ! Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; and DFARS 252.225-70001 Buy American Act and Balance of Payment Program. 52.244-6 Subcontracts for Commercial Items. DFAR 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98; Lack of registration in the CCR database! will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at www.ccr.gov for more information. Please ensure compliance with this regulation when submitting your proposal: 52.247-35 F.O.B Destination, Within Consignee?s Premises. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation?s minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable the Offeror must furnish a technical plan (as stated in the Statement of Work) and product literature that demonstra! tes that the offeror can meet all requirements stated in the above purchase descriptions. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company?s services that meet the specifications, along with applicable government discounts. Initial pricing (quotes) and any technical information must be received no later than 3:00 PM (Pacific Savings Time), 24 September 2004 and will be accepted via FAX (619)-532-1088, Attn: Brian O?Donnell (619.532.3445) or e-mail brian.odonnell@navy.mil). Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the internet from the following addresses; http://www.arnet.gov/far/ or http://www.acq-ref.navy.! mil/turbo/arp51.htm/
 
Web Link
Click here to learn more about FISC San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN00676666-W 20040920/040918211814 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.