Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2009 FBO #2889
SOLICITATION NOTICE

D -- Secure E Fax

Notice Date
10/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Fort Sam Houston Contracting Center - West, Directorate of Contracting, 2107 17th Street, Bldg. 4197, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W45RBK9274N621
 
Response Due
10/27/2009
 
Archive Date
12/26/2009
 
Point of Contact
William C. Ford, 210-221-4155
 
E-Mail Address
Fort Sam Houston Contracting Center - West
(william.c.ford@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 is W45RBK9274N621 and is issued as a Request for Proposal (RFP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37 dated 14 October 2009. The provisions and clauses incorporated into this solicitation are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and the Defense Acquisition Regulation Supplement (DFARS) may be accessed at https://farsite.hill.af.mil. This solicitation is a set aside 100% for Small Business concerns. The associated NAICS Code is 518210 and the size standard is $25,000,000.00. Description of the Requirement: Desktop computer electronic facsimile (fax) capabilities that are Health Insurance Portability Accountability Act (HIPAA) compliant as required by public law. The system must be highly secure, able to function across the internet and military network with a level of security encryption that meets Government requirements, highly available, and yet simple to use and maintain and requires no Government support staff. The fax documents are to be handled at all levels as digital image representations of the original paper page equivalent, thus eliminating the need to create, process, transmit, and store paper documents. The average usage per year is 3,419,452 faxed pages (2,544,232 inbound pages and 875,220 outbound pages) Place of Performance is HP&S Tricare Fort Sam Houston, Period of Performance is anticipated to commence on 01 November 2009 and end on 30 September 2010 with four (4) option years. The Contract Line Item Numbers (CLINS): Base Year Faxed Pages Quantity will be an estimated quantity for a period of 11 months. The contractor will be reimbursed for actual usage per month. Period of Performance 01 Nov 09 30 Sep 10 CLIN 0001 Incoming Fax Pages Qty: 2,544,232 EA (EST) Unit Price______, Total Amount_______ (EST). CLIN 0002 Outgoing Fax Pages Qty: 875,220 EA (EST) Unit Price______, Total Amount_______. (EST) CLIN 0003 Onetime setup charge for each additional fax number to include portability fee and monthly mailbox fee QTY 1 EA Unit Price______ Total Price ________ (CLIN 0003 will only be billed if used) Option Year 1 Faxed Pages, Quantity will be an estimated quantity for a period of 12 months. The contractor will be reimbursed for actual usage per month. Period of Performance 01Oct 10 - 30 Sep 11. CLIN 1001 Incoming Fax Pages Qty: 2,544,232 EA (EST) Unit Price______, Total Amount______. (EST) CLIN 1002 Outgoing Fax Pages Qty: 875,220 EA (EST) Unit Price______, Total Amount_______. (EST) CLIN 1003 Onetime setup charge for each additional fax number to include portability fee and monthly mailbox fee QTY 1 EA Unit Price______ Total Price ________ (CLIN 1003 will only be billed if used) Option Year 2 Faxed Pages, Quantity will be an estimated quantity for a period of 12 months. The contractor will be reimbursed for actual usage per month. Period of Performance 01 Oct 11 - 30 Sep12. CLIN 2001 Incoming Fax Pages Qty: 2,544,232 EA (EST) Unit Price______, Total Amount______. (EST) CLIN 2002 Outgoing Fax Pages Qty: 875,220 EA (EST) Unit Price______, Total Amount_______. (EST) CLIN 2003 Onetime setup charge for each additional fax number to include portability fee and monthly mailbox fee QTY 1 EA Unit Price______ Total Price ________ (CLIN 2003 will only be billed if used) Option Year 3 Faxed Pages, Quantity will be an estimated quantity for a period of 12 months. The contractor will be reimbursed for actual usage per month. Period of Performance 01Oct 12 - 30 Sep 13. CLIN 3001 Incoming Fax Pages Qty: 2,544,232 EA (EST) Unit Price______, Total Amount______(EST) CLIN 3002 Outgoing Fax Pages Qty: 875,220 EA (EST) Unit Price______, Total Amount______. CLIN 3003 Onetime setup charge for each additional fax number to include portability fee and monthly mailbox fee QTY 1 EA Unit Price______ Total Price ________ (CLIN 3003 will only be billed if used) Option Year 4 Faxed Pages, Quantity will be an estimated quantity for a period of 12 months. The contractor will be reimbursed for actual usage per month. Period of Performance 01 Oct 13 30 Sep 14 CLIN 4001 Incoming Fax Pages Qty: 2,544,232 EA (EST) Unit Price______, Total Amount______. (EST) CLIN 4002 Outgoing Fax Pages Qty: 875,220 EA (EST) Unit Price______, Total Amount______. (EST) CLIN 4003 Onetime setup charge for each additional fax number to include portability fee and monthly mailbox fee QTY 1 EA Unit Price______ Total Price ________ (CLIN 4003 will only be billed if used) The following provisions and clauses apply to this acquisition: FAR 52.212-1 (Jun 2008), Instructions to Offerors-Commercial Items; with the following addenda: All contractors must be registered in Central Contractor Registration (CCR) prior to receiving an award; see website www.ccr.gov for details on CCR. Contactors should also be registered in the Wide Area Workflow (WAWF) database prior to receiving an award; see the website https//wawf.eb.mil for details on WAWF. FAR 52.212-2 (Jan 1999) Evaluation-Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers, technical capability of the service offered to meet the Governments requirements a past performance rating of neutral or acceptable and price. FAR 52.212-3; Offeror Representations and Certifications-Commercial Items (Aug 2009), Proposals shall include: a completed copy of the provision at FAR 52.212-3 and DFARS 252.212-7000, Offeror Representation and Certifications-Commercial Items. Firms submitting a quote for this requirement shall complete only paragraph (k) of FAR 52.213-3, if the firm has completed the annual representations and certifications electronically at the Online Representations and Certifications Applications (ORCA) website at http://orca.bpn.gov. 52.212-4, Contract Terms and Conditions-Commercial Items is incorporated by reference. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is incorporated into this RFQ and the following FAR Clauses under paragraph (b) are applicable; 52.219-6 Notice of Total Small Business Set Aside (June 2003); 52.222-3 Convict Labor (June2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies.(Feb 2008); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 (Mar 2007) Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans(Sep 2006); 52.222-36 Affirmative Action for Workers with Disabilities (June 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006),; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees(Dec 2004); 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (Oct 2003) DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007) applies to this solicitation number and the following clauses are applicable under sub-paragraphs (a) and (b) 52.203-3, Gratuities (Apr 84) 252.232-7003,Electronic Submission of Payment Request (Mar 2007) 252.243-7002 Request for Equitable Adjustment (Mar 1998) 52.217-8, Option to Extend Services, with addenda: insert (within 15 calendar days of contract completion); 52.217-9, Option to Extend the Term of the Contract, with addenda: paragraph (a) insert: 15 calendar days and 60 calendar days, paragraph (c) insert 5 years (exclusive of the time extension authorized in Far 52.217-8); 252.239-7002, Access; (DEC 1991) 252.239-7004, Orders for Facilities and Services; (NOV 2005) 252.239-7005, Rates, Charges, and Services; (NOV 2005) 252.239-7006, Tariff Information; (JUL 1997) 252.239-7007, Cancellation or Termination of Orders; (Nov 2005) 252.239-7008, Reuse Arrangements. (DEC 1991) 52.216-18, Ordering (Oct 1995) with addenda: paragraph (a) insert 1 November 2009 and 30 September 2014, 52.216-19 Order Limitations (Oct.1995) with addenda paragraph (a) insert $200.00, paragraph (b) 1 insert $500.00. paragraph (b) 2 insert $1,500.00, paragraph (b) 3 insert 3 days, paragraph (d) insert 3 days. 52.216-22 Indefinite Quantity (Oct. 1995) with addenda: paragraph (d) insert 30 September 2014. Proposals must be received by 27 October 2009 at 1615 (4:15 p.m.) Central Standard Time. The proposal must include the solicitation number, business size, discount and payment terms, points of contact for past performance and be signed by an authorized company representative. Proposal must include Taxpayer Identification Number (TIN), Cage Code and address. Proposals must be submitted electronically to william.c.ford@us.army.mil or faxed to 210-221-4452. For information regarding this combined synopsis/ solicitation contact William Ford at 210-221-4155or e mail to the above address and reference the solicitation number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4beab9663ead5703420c3cedea15eb6b)
 
Place of Performance
Address: Fort Sam Houston Contracting Center - West Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX
Zip Code: 78234-5015
 
Record
SN01988771-W 20091022/091020235528-4beab9663ead5703420c3cedea15eb6b (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.