SOLICITATION NOTICE
W -- Pager Leasing Service
- Notice Date
- 12/9/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- RCO Wainwright (PARC Pacific, 413th CSB), PO Box 35510, 1064 Apple Street, Fort Wainwright, AK 99703-0510
- ZIP Code
- 99703-0510
- Solicitation Number
- W912D0-13-T-2834
- Response Due
- 12/19/2013
- Archive Date
- 2/7/2014
- Point of Contact
- Michelle M. Nelsen, 907-353-4527
- E-Mail Address
-
RCO Wainwright (PARC Pacific, 413th CSB)
(michelle.m.nelsen@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. This is a combined synopsis/Solicitation for commercial items prepared in accordance with format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes or offers being requested and a written solicitation will not be issued. Solicitation number W912D0-13-T-2834 is hereby issued as a Request for Quote (RFQ) for the leasing and service of non-cellular alphanumeric pagers. This requirement will be a Base plus 4 option year requirements contract for Bassett Army Hospital, Fort Wainwright, Alaska. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2007-70, Effective 30 September 2013. This acquisition is 100% set aside for Small Business under North American Industry Classification Standards (NAICS) code 334220 with a size standard of 750 employees. DESCRIPTION OF REQUIREMENT: The contractor shall be able to provide, MEDDAC-AK a 24/7/365 reliable non-cellular paging system due to the many emergencies occurring within the hospital and the need to get medical personnel to the hospital from off post or from within the hospital when needed as quickly as possible. Cell phones in this area are not reliable and patchy in some areas due to geography and location of cell towers. 1.Requirement is for pager services for MEDDAC-AK, DENTAC-AK and VETCOM-AK 2.Quantity Required: a. Alphanumeric Pagers - 150 including holsters or clip devices to secure pagers to belt, unlimited paging. 3. Services Required. a.Telephonic paging to Alphanumeric Pagers. b.Text paging via telephone, e-mail or internet to alphanumeric pagers. c.Voice mail or customer greetings for all pagers. Voice mail and greetings may need to be changed as necessary to accommodate changing mission requirements. Specifics to be provided upon contract and may be changed as needed basis. Group paging capabilities via CAP code or call group programming. 4. Support Requirements a.Replacement of non-functioning pagers under contract at no additional charge unless there are obvious signs of abuse or physical damage is present. Replacement or repair service must be complete within 30 minutes of presentation of failed device at the contractor's office location in either Fairbanks or Anchorage during normal duty hours. Any pager that cannot be repaired within 30 minutes will be replaced free of charge. b.24x7 on-call support by contractor for any system wide or group call failures. c.24x7 Notification of MEDDAC-Alaska for any system wide outages. This is required to allow medical personnel to back-up systems as needed. Upon issuance of award, the contractor will provide and deliver the required 150 alphanumeric pagers. FOB Bassett Army Hospital, Fort Wainwright, Alaska 99703 QUOTE INFORMATION: Quotes shall be submitted and received no later than December 19, 2013 at 12:00pm Alaska Standard Time. Quotes may be emailed or faxed to the attention of primary point of contact listed below. Quoters shall provide as a minimum: 1) RFQ Number 2) Name, address, telephone number, point of contact, DUNS number, and Cage Code. CLIN STRUCTURE Provide quote in the following format below: CLIN 0001Base Year 07 Jun 2014 - 06 Jan 2015 $ CLIN 0002 Contractor Manpower Reporting (CMR) CLIN 0003 Option Year 1 07 Jan 2015 - 06 Jan 2016 $ CLIN 0004Contractor Manpower Reporting (CMR) CLIN 0005Option Year 2 07 Jan 2016 - 06 Jan 2017 $ CLIN 0006Contractor Manpower Reporting (CMR) CLIN 0007 Option Year 3 07 Jan 2017 - 06 Jan 2018$ CLIN 0008Contractor Manpower Reporting (CMR) CLIN 0009Option Year 4 07 Jan 2018 - 06 Jan 2019$ CLIN 0010Contractor Manpower Reporting (CMR) BASIS FOR AWARD: The provision 52.212-2, Evaluation-Commercial Items, is applicable. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price: Lowest Price Technically Acceptable CONTACT INFORMATION: Please send any questions or request to: Regional Contracting Command - Alaska. ATTN: Michelle Nelsen, call (907)-353-4527, email to michelle.m.nelsen.civ@mail.mil or Fax (907)-353-7302. Alternate point of contact is Steven W. Wade, call (907)-353-2073, or email to steven.w.wade.civ@mail.mil or fax (907)-353-7302. FINANCING INFORMATION: Firm Fixed Price, Base plus 4 option year requirements contract will be issued in writing. Telephone bids will not be processed. Award shall be made only to contractors who have registered with System for Award Management (SAMs). Vendors will register at: https://www.sam.gov. PAYMENT OF INVOICES: Wide Area Work Flow (WAWF) ANTICIPATED AWARD DATE: 20 Dec 2013 CLAUSE AND PROVISIONS: The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant contract: FAR Provision 52.212-1, Instructions to Offerors-Commercial Items. FAR Provision 52.217-3, Evaluation of Options Exercised at Time of Contract Award. FAR Provision 52.219-1, Small Business Program Representative. FAR Provision 52.233-2, Service of Protest. FAR Provision 52.212-3, Offeror Representative and Certification - Commercial Items DFAR Provision 252.212-7000, Offeror Representative and Certifications-Commercial Items. DFAR Provision 252.225-7000, Buy American Act-Balance of Payments Program Certificate. FAR Clause 52.203-3, Gratuities 52.203-12, Limitations on Payments to Influence Certain Federal Transactions. FAR Clause 52.204-4, Printed or Copied Double-Sided on Recycled Paper. FAR Clause 52.217-8, Option to Extend Services. FAR Clause 52.217-9, Option to Extend the Term of the Contract. FAR Clause 52.228-5, Insurance-Work on a Government Installation FAR Clause 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. FAR Clause 52.237-3, Continuity of Services. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items. The following FAR clauses cited within are applicable to the acquisition: FAR Clause 52.222-50, Combating Trafficking in Persons. FAR Clause 52.233-3, Protest After Award. FAR Clause 52.203-6, Restrictions on Subcontractor Sales to the Government. FAR Clause 52.233-4, Applicable by Law for Breach of Contract Claims. FAR Clause 52.204-10, Reporting Executive Compensation and First - Tier Subcontract Awards. FAR Clause 52.209-6, Protecting the Government's Interests When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment. FAR Clause 52.219-6, Notice of Total Small Business Set-Aside. FAR Clause 52.219-8, Utilization of Small Business Concerns. FAR Clause 52.219-4, Limitations on Subcontracting. FAR Clause 52.219-28, Post Award Small Business Program Representative. FAR Clause 52.222-3, Convict Labor. FAR Clause 52.222-19, Child Labor. FAR Clause 52.222-21, Prohibition of Segregated Facilities. FAR Clause 52.222-26, Equal Opportunity. FAR Clause 52.222-35, Equal Opportunity Veterans. FAR Clause 52.222-36, Affirmative Action for Workers with Disabilities. FAR Clause 52.222-37, Employment Reports on Veterans. FAR Clause 52.222-40, Notification of Employee Rights Concerning Payment of Union Dues or Fees. FAR Clause 52.222-54, Employment Eligibility Verification. FAR Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR Clause 52.225-13, Restrictions on Certain Foreign Purchases proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury. FAR Clause 52.232-33, Payment by Electronic Funds Transfer - System for Award Management. FAR Clause 52.247-64, Preference for Privately owned U.S. Flag Commercial Vessels. FAR Clause 252.203-13, Contractor Code of Business Ethics and Conduct. FAR Clause 52.222-41, Service Contract Act of 1965. FAR Clause 52.222-42, Statement of Equivalent Rates for Federal Hires FAR Clause 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts). FAR Clause 52.222-17, Nondisplacement of Qualified Workers. FAR Clause 52.222-43, Fair labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) DFAR Clause 2523201-7000, Contracting Officer's Representative. DFAR Clause 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. DFAR Clause 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country. DFAR Clause 252.225-7001, Buy American Act And Balance of Payments Program. DFAR Clause 252.225-7012, Preference for Certain Domestic Commodities. DFAR Clause 252.225-7036, Buy American Act-Free Trade Agreements -Balance of Payments Program. DFAR Clause 252.232-7003, Electronic Submission of Payment Request. DFAR Clause 252.232-7007, Limitation of Government Obligation. DFAR Clause 252.232-7010, Levies on Contract Payments DFAR Clause 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel. DFAR Clause 252.237-70263, Continuation of Mission Essential Functions. DFAR Clause 252.243-7002, Requests for Equitable Adjustment. DFAR Clause 252.247-7023, Transportation by Sea and Air (xiii). The full text clauses and provisions can be accessed at the following web address: http://www.arnet.gov/far. DFAR Clause 252.247-7024, Notification of Transportation of Supplies by Sea. The following local clauses cited within are applicable to the acquisition: DFAR 252.209-7994, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law - Fiscal Year 2014 Appropriations. Clause 5152.209-4000, DoD Level I Antiterrorism at Standards.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/09a8a1a53ded1b3f6183dd41139ade04)
- Place of Performance
- Address: RCO Wainwright (PARC Pacific, 413th CSB) PO Box 35510, 1064 Apple Street Fort Wainwright AK
- Zip Code: 99703-0510
- Zip Code: 99703-0510
- Record
- SN03247918-W 20131211/131209233928-09a8a1a53ded1b3f6183dd41139ade04 (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 |