Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28,1996 PSA#1668

DISA-DITCO/DTS42, Scott AFB IL, BLDG 33600 62225-5406

W -- LEASE CELLULAR PHONE SERVICE DUE 082996 POC Contact: Alice Anderson, 618-256-9717, DITCO Contracting Officer, Constance E. Jackson, 618-256-9696-No Collect Calls DITCO-DTS42, Scott AFB IL, intends to issue a contract for cellular phone service for Defense Megacenter Columbus, Ohio. Synopsis Number 96269. 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 DCA200- 96-R-0163 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses in effect through Federal Acquisition Circular 90-39. This solicitation is not a setside action. The standard industrial SIC code is 4899 with the small business size standard $7.5. CLIN 0001 Motorola; or equivalent, Alpha Star cellular phones (including 2 batteries, charger, case, antenna & mount/cradle) Minimum quantity 140, Maximum quantity 190. CLIN 0002 Motorola Lite XL Pro, or equivalent (including 1 battery, rapid charger, vibra call) Minimum quantity 5, Maximum quantity 10. CLIN 0003 In car mounting units for CLIN 0001, Minimum quantity 4, Maximum quantity 6. CLIN 0004 Access Charge/Monthly service fee, Minimum quantity 145, Maximum Quantity 200. CLIN 0005 Peak Air-Time, Minimum Quantity 114,840, Maximum Quantity 158,400. CLIN 0006 Off Peak Air-time, Minimum Quantity 26,100, Maximum quantity 36,000. CLIN 0007 Roaming Charges, Not to Exceed $10,000.00. Cellular phone service is required for the period of 01 Oct 96 through 30 Sep 97, with an option to extend through 30 Sep 98. Phone units shall be delivered to the Defense Megacenter Columbus, ATTN: DMC-WECM, 3990 E. Broad Street, Building 11-13, Columbus, Ohio 43216. Point of contact for deliver is Betty Preston at 614-692-5065. FOB Destination. The provisions at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The clause at 52.212-2 Evaluation - Commercial Items applies to this acquisition. (a) 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: Technical and past performance, when combined are approximately equal to price. (b) Options. The government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the government to exercise the option)s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Additionally, the contractor agrees to comply with 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (41 U.S.C. 423); 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637(d)(2) and (3));52.219-9, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (15 U.S.C. 637 (D)(4)); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29U.S.C. 739); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 252.219-7003 Small Business and Small Disadvantaged Business Subcontracting Plan (DoD Contracts)(15 U.S.C. 637); 252.233-7000 Certification of Claims and Requests for Adjustment or Relief (10 U.S.C. 3726). Proposals are due 29 August 1996, NLT 1600 hours CSDT, delivered to 3600 East Drive, Scott AFB, IL, 62225-5406, ATTN: Ms. Alice Anderson (618-256-9717). (0239)

Loren Data Corp. http://www.ld.com (SYN# 0094 19960827\W-0001.SOL)


W - Lease or Rental of Equipment Index Page