Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2006 FBO #1840
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 TWO-WAY AND NUMERIC PAGERS

Notice Date
12/8/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024407T0160
 
Response Due
12/18/2006
 
Archive Date
1/15/2007
 
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 11. This procurement is issued as a Total Small Business Set-Aside procurement under Standard Industrial Code 4813 Telephone Communications, Except Radiotelephone. The solicitation number of reference is N00244-07-T-0160. The agency need: Unlimited service, activation and maintenance for up to 3,000 paging units for use by the Naval Medical Center San Diego, San Diego CA personnel, including two-way and numeric pagers in accordance with the following requirements: CLIN 0001 BASE YEAR-LOT 1 (01 JANUARY 07- 31 DEC 07) WIRELESS PAGER SERVICE CLIN 0001AA TWO-WAY PAGERS MONTHLY RECURRING SERVICE COST Two-Way Pagers (see SOW for specific requirements); price shall include monthly recurring 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), cancellation fees, training, design, testing, monthly charges and any other fees (i.e. FCC FEES). Two-Way pagers must be able to respond to messages sent to another two-way device or to any e-mail address, including cellular phones. Two-Way pagers must have at least three assured messaging service levels e.g. (1) Full Service; (2) Basic Service and (3) Storing Messages. To Be Included in Cost: ...Nationwide Coverage ...Lease Cost ...Unlimited Paging ...Maintenance Costs ...Toll Free 800# ...Service Establishment Fees ...Voicemail ...Installation Fees ...Pager Replacement Program ...Training, Design, and Testing Fees ...Internet Paging ...Operator Dispatch ...Group Paging TOTAL NUMBER OF TWO-WAY PAGERS = 1,608 CLIN 0001AB NUMERIC PAGERS STATEWIDE CALIFORNIA Numeric Pagers (see SOW for specific requirements);price shall include monthly recurring 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), cancellation fees, training, design, testing, monthly charges and any other fees (i.e. FCC FEES). Numeric pagers must receive numeric messages or codes, up to 20 digits in length To Be Included in Cost: ...Statewide Coverage (to include one or more Metropolitan Statistical Areas (MSA)) ...Lease Cost ...Unlimited Paging ...Maintenance Costs ...Toll Free 800# ...Service Establishment Fees ...Voicemail ...Installation Fees ...Pager Replacement Program ...Training, Design, and Testing Fees ...Internet Paging ...Operator Dispatch ...Group Paging TOTAL NUMBER OF NUMERIC PAGERS = 717 CLIN 0001AC TWO-WAY PRP LOST FEE Pagers Replacement Program (PRP) Fees CLIN 0001AD NUMERIC PRP LOST FEE Pagers Replacement Program (PRP) Fees CLIN 0001AE BASE OVER AND ABOVE CHARGES Pricing for any miscellaneous charges not included in unit pricing for SubCLINS 0001AA and 0001AB. Taxes and Fees ...Prices do not include state and local sales taxes, and other applicable taxes, fees, charges, or pass through assessments. CLIN 0002 OPTION YEAR 1-LOT 2 (01 JAN 08-31 DEC 08) WIRELESS PAGER SERVICE CLIN 0002AA TWO-WAY PAGERS MONTHLY RECURRING SERVICE COST TWO-WAY Pagers (see SOW for specific requirements); price shall include monthly recurring 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), cancellation fees, training, design, testing, monthly charges and any other fees (i.e. FCC FEES). Two-Way pagers must be able to respond to messages sent to another two-way device or to any e-mail address, including cellular phones. Two-Way pagers must have at least three assured messaging service levels e.g. (1) Full Service; (2) Basic Service and (3) Storing Messages. To Be Included in Cost: ...Nationwide Coverage ...Lease Cost ...Unlimited Paging ...Maintenance Costs ...Toll Free 800# ...Service Establishment Fees ...Voicemail ...Installation Fees ...Pager Replacement Program ...Training, Design, and Testing Fees ...Internet Paging ...Operator Dispatch ...Group Paging TOTAL NUMBER OF TWO-WAY PAGERS = 1,608 CLIN 0002AB NUMERIC PAGERS STATEWIDE CALIFORNIA Numeric Pagers (see SOW for specific requirements);price shall include monthly recurring 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), cancellation fees, training, design, testing, monthly charges and any other fees (i.e. FCC FEES). Numeric pagers must receive numeric messages or codes, up to 20 digits in length To Be Included in Cost: ...Statewide Coverage (to include one or more Metropolitan Statistical Areas (MSA)) ...Lease Cost ...Unlimited Paging ...Maintenance Costs ...Toll Free 800# ...Service Establishment Fees ...Voicemail ...Installation Fees ...Pager Replacement Program ...Training, Design, and Testing Fees ...Internet Paging ...Operator Dispatch ...Group Paging TOTAL NUMBER OF NUMERIC PAGERS = 717 CLIN 0002AC TWO-WAY PRP LOST FEE Pagers Replacement Program (PRP) Fees CLIN 0002AD NUMERIC PRP LOST FEE Pagers Replacement Program (PRP) Fees CLIN 0002AE OVER AND ABOVE CHARGES Pricing for any miscellaneous charges not included in unit pricing for SubCLINS 0001AA and 0001AB. Taxes and Fees ...Prices do not include state and local sales taxes, and other applicable taxes, fees, charges, or pass through assessments. CLIN 0003 OPTION YEAR 2-LOT 3 (01 JAN 09-31 DEC 09) WIRELESS PAGER SERVICE CLIN 0003AA TWO-WAY PAGERS MONTHLY RECURRING SERVICE COST TWO-WAY Pagers (see SOW for specific requirements); price shall include monthly recurring 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), cancellation fees, training, design, testing, monthly charges and any other fees (i.e. FCC FEES). Two-Way pagers must be able to respond to messages sent to another two-way device or to any e-mail address, including cellular phones. Two-Way pagers must have at least three assured messaging service levels e.g. (1) Full Service; (2) Basic Service and (3) Storing Messages. To Be Included in Cost: ...Nationwide Coverage ...Lease Cost ...Unlimited Paging ...Maintenance Costs ...Toll Free 800# ...Service Establishment Fees ...Voicemail ...Installation Fees ...Pager Replacement Program ...Training, Design, and Testing Fees ...Internet Paging ...Operator Dispatch ...Group Paging TOTAL NUMBER OF TWO-WAY PAGERS = 1,608 CLIN 0003AB NUMERIC PAGERS STATEWIDE CALIFORNIA Numeric Pagers (see SOW for specific requirements);price shall include monthly recurring 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), cancellation fees, training, design, testing, monthly charges and any other fees (i.e. FCC FEES). Numeric pagers must receive numeric messages or codes, up to 20 digits in length To Be Included in Cost: ...Statewide Coverage (to include one or more Metropolitan Statistical Areas (MSA)) ...Lease Cost ...Unlimited Paging ...Maintenance Costs ...Toll Free 800# ...Service Establishment Fees ...Voicemail ...Installation Fees ...Pager Replacement Program ...Training, Design, and Testing Fees ...Internet Paging ...Operator Dispatch ...Group Paging TOTAL NUMBER OF NUMERIC PAGERS = 717 CLIN 0003AC TWO-WAY PRP LOST FEE Pagers Replacement Program (PRP) Fees CLIN 0003AD NUMERIC PRP LOST FEE Pagers Replacement Program (PRP) Fees CLIN 0003AE OVER AND ABOVE CHARGES Pricing for any miscellaneous charges not included in unit pricing for SubCLINS 0001AA and 0001AB. Taxes and Fees ...Prices do not include state and local sales taxes, and other applicable taxes, fees, charges, or pass through assessments. STATEMENT OF WORK POCKET PAGER SERVICES FOR THE NAVY MEDICAL CENTER SAN DIEGO (NMCSD) 1.0 INTRODUCTION 1.1 All specification listed in this 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 Statement of Work to include photos of the units being proposed for use in accordance with this Statement of Work. The contractor?s written technical plan will determine whether technical capability has been met. 2.0 SCOPE 2.1 The contractor shall 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. 2.2 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. 3.0 REQUIREMENTS 3.1 Pagers 3.1.1 The contractor shall replace existing pager units with comparable pagers having unlimited nationwide numeric, numeric or 2-Way service, 800 number access, internet paging, support group paging and voice mail. In addition, the contractor will provide coverage maps detailing services outside that radius. All pagers must have independent toll free 800 number accesses. 3.1.2 All pagers units will be owned, serviced and totally maintained by the contractor. 3.1.3 The contractor will guarantee 100% coverage with a minimum radius of 75 miles from the Navy Medical Center San Diego. 3.2 Local Service 3.2.1 Local service will be assumed to be all areas within the state of California. 3.2.2 There shall be no roaming charges for areas within the ?Local? service areas. 3.3 Primary Use of Pagers 3.3.1 The primary use of most pagers is for intra-hospital communications. 3.3.2 Reception of frequency signals in all or parts of the facility is the responsibility of the contractor. 3.3.3 If signal-enhancing equipment is required it will be provided, installed, owned and maintained by the contractor at no additional cost to the Government. 4.0 NUMERIC CAPABILITY 4.1 Numeric pagers must meet the following minimum specifications 4.1.1 Capable of receiving numerical messages sent from a telephone only. 4.1.2 Run on an AAA battery that last between 1 to 3 months depending on messages received. 4.1.3 Ability to be programmed for local or nationwide service and also have the capability to program group calling on the unit. 4.1.4 Thirty (30) messages memory 4.1.5 Fourteen (14) locked messages 4.1.6 Twelve (12) audible tones and vibrate alert 4.1.7 Message time stamping 4.1.8 Unread message indictor 4.1.9 Alarm clock 4.1.10 Backlit display 4.1.11 Memory retention when power off 4.1.12 Low battery indicator 4.1.13 Power up group call ID 4.1.14 Group call source display 4.1.15 Extended message display time 4.1.16 Date and time display 4.1.17 Time display when power off 4.1.18 Message full indicator 4.1.19 Selective erase or erase all feature 5.0 TWO WAY PAGER CAPABILITIES 5.1 Two Way Pagers must meet the following minimum specifications 5.1.1 Capable of sending and receiving alpha and numeric messages and can be programmed for local or nationwide service. 5.1.2. Run on an 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. 5.1.3 Capable of resending messages to another two-way device or to any e-mail address, including wireless phone/devices. 5.1.4 Capable of providing the below three service levels. 5.1.4.1 Full Service: Pager has full two-way capabilities to send and receive messages and reply to incoming messages. 5.1.4.2 Basic Service: Pager will receive incoming messages but will not have the ability to reply or receive stored messages. 5.1.4.3 Storing Messages: When the pager 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. 5.1.5 Separate in and out mailbox 5.1.6 Send to individual or multiple addresses 5.1.7 Hold up to 250 addresses 5.1.8 Message time and date stamping 5.1.9 Selective erase or erase all functions 5.1.10 Alarm clock and private time 5.1.11 Audible tones plus vibrate alert 5.1.12 Emotions 5.1.13 QWERTY keyboard 5.1.14 Signature line 5.1.15 Zoom from 4 lines to 2 5.1.16 Backlight display 5.1.17 Personal folder 5.1.18 Message lock 5.1.19 Memory retention when power off 5.1.20 Low battery indicator 5.1.21 Mobile email 6.0 ORDERING 6.1 Pager service will be ordered as required by designated NMCSD Telecommunications Division Staff. 6.2 The contractor shall provide a single point of contact for ordering pager services. 6.3 The contractor shall acknowledge verbal orders and provide confirmation via email for every service activation, disconnect and addition within a reasonable timeframe. 6.4 The contractor will provide service activation within one day for all pager orders. 7.0 DELIVERY OF SERVICE 7.1 Naval Medical Center San Diego Information Technology Management Department Attn: Telecommunications Division 34520 Bob Wilson Drive Suite 10 San Diego CA 92134-2010 7.2 The points of contact are: (1) IC1 (SW) Leigh Haynes at phone number 619-532-5727 and email address of ljhaynes@nmcsd.med.navy.mil and (2) Alfonso R. Mercado Jr. at phone number 619-532-6145 and email address of armercado@nmcsd.med.navy.mil. 7.3 The contractor is required to provide a transition plan including the required number of days to implement new service from the notification of award date. 8.0 BILLING 8.1 The contractor shall invoice through the Wide Area Work Flow (WAWF) in accordance with the Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (Jan 2004). 8.2 NMCSD will allocate the cost of the pagers back to the individual cost centers. 8.3 The format of the billing must allow NMCSD to identify which charges are associated with specific pagers. An itemized billing format must be included in the unit price cost. 8.4 The contractor is to provide a written plan detailing its procedures for resolving any discrepancies invoicing within a reasonable timeframe. 9.0 SUPPORT 9.1 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. 9.2 The contractor shall provide a customer support program, including Help Desk hours and the process for swapping equipment. 9.3 The customer support program shall also include a statement on how the customer is to report a service problem. 10.0 LOST PAGERS 10.1 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 unit?s option, etc. 11.0 MONITORING 11.1 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. 11.2 The contractor shall not, through this act of monitoring, infringe upon the rights of the system user. 11.3 The contractor shall not benefit from any information obtained through monitoring. 12.0 INTRUSION 12.1 The contractor shall not intrusively monitor a particular pager?s transmission exclusively without first contacting the NMCSD Security Department (?call trap?) to receive permission from the Local Exchange Carrier (LEC). 13.0 PERIOD OF PERFORMANCE (Base Year plus Two Option Years) 13.1 January 01, 2007 through December 31, 2007 13.2 January 01, 2008 through December 31, 2008 13.3 January 01, 2009 through December 31, 2009 The requirement is for a firm-fixed price type contract. All prices are to be Open Market. 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 are not subject to reimbursement by the Government. After an initial evaluation of proposals, FISC San Diego intends to conduct an on-line anonymous competitive reverse auction to be facilitated by a third-party reverse auction provider, Procuri.com (www.govauctions.procuri.com). This is a private reverse auction and only those offerors who are deemed to be technically capable of providing these items, after government evaluation, will be invited to participate in the on-line reverse auction. Procuri has developed an on-line, easy to use, browser based application to dynamically set prices for the procurement of goods and services. A complete description of the application may be accessed by clicking on the ?Company Information?, ?Registration?, ?Our Services? and ?Usage Guidelines? links from the procuri.com web page. For more information, see also the full text clause provided at the end of this notice titled ? INSTRUCTIONS TO OFFERORS/QUOTERS CONCERNING REVERSE AUCTION?. 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 addend um clause DFARS clause 252.225-7006, Buy-American Act-Trade Agreements-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 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.232-36 Payment by Third Party (Contractor must accept payment by Government-Wide Commercial Purchase Card); FAR 52.247-34 FOB Destination; FAR 52.243-1 Changes?Fixed Price; Clause DFARS 252.243-7001 Pricing of Contract Modifications; 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 52.203-6 Restrictions on Subcontractor Sales to the Government; 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 Repor ts on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contract Registration; 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 252.225-7007 Trade Agreements-Balance of Payments Program. 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.bpn.gov for more information. Please ensure compliance with this regulation when submitting your proposal. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Go vernment 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 and in accordance with the delivery schedule. To be determined technically acceptable the Offeror must furnish product literature that demonstrates that the offeror can meet all requirements stated in the purchase descriptions and provide a statement explaining how it will meet the required delivery schedule. 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 y our 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 PST, Monday 18 Dec 2006 and will be accepted via FAX (619)-532-1088, Attn: Charles (Fletch) Fletcher II (619.532.2658) or e-mail charles.e.fletcher@navy.mil. Quotes to be submitted electronically and attachments are to be sent in Word Version 6.0 or higher. Do not mail unless electronic submission is not possible. Clause information can be downloaded from the internet from the following addresses; https://www.arnet.gov/far/ or https://www.acq-ref.navy.mil/turbo/arp51.htm/ INSTRUCTIONS TO OFFERORS/QUOTERS CONCERNING REVERSE AUCTION A. REVERSE AUCTION NOTIFICATION 1. Revised prices will be submitted during a competitive, anonymous, on-line reverse auction, herein after referred to as a Dynamic Pricing Event (DPE). Potential offerors or quoters are encouraged to read and/or register on the reverse auction web site identified herein prior to preparing or submitting an offer or a quote in response to this solicitation. The review of the registration requirements, user agreement, usage guidelines, and privacy policy contained at http:///www.govauctions.procuri.com are critical; since submission of an offer or a quote indicates your agreement to the site owner?s terms. 2. The Contracting Officer anticipates that a DPE will be conducted within _3_ calendar days of the closing date of this solicitation. Qualifying Offerors or Quoters will be notified of the specific date and time of the reverse auction at least 1 working days prior to commencement of the event. Notification will be by electronic mail, return receipt requested. Offerors or Quoters who are to participate in the DPE agree to submit revised pricing only through the online mechanism supplied by Procuri.com. Offeror?s starting price at the commence
 
Record
SN01193675-W 20061210/061208221621 (fbodaily.com)
 
Source
FedBizOpps 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.